Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Fire Equipment Maintenance 2019

  • First published: 08 September 2018
  • Last modified: 08 September 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Hanover (Scotland) Housing Association
Authority ID:
AA20849
Publication date:
08 September 2018
Deadline date:
31 October 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The maintenance of the fire detection and extinguishing systems within the Associations housing stock located throughout Scotland. This includes fire alarms, fire extinguisher, sprinkler, dry riser, disabled refuge, smoke control, hose reel and emergency lighting systems. Lot 1 covers south and central Scotland.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Hanover (Scotland) Housing Association

95 McDonald Road

Edinburgh

EH7 4NS

UK

Contact person: Alan Baird

Telephone: +44 1315570598

E-mail: abaird@hanover.scot

Fax: +44 1315577424

NUTS: UKM

Internet address(es)

Main address: http://www.hanover.scot

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12742

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire Equipment Maintenance 2019

II.1.2) Main CPV code

50413200

 

II.1.3) Type of contract

Services

II.1.4) Short description

The maintenance of the fire detection and extinguishing systems within the Associations housing stock located throughout Scotland. This includes fire alarms, fire extinguisher, sprinkler, dry riser, disabled refuge, smoke control, hose reel and emergency lighting systems. The contract is being split into 2 lots (Central/South Scotland and North Scotland).

II.1.5) Estimated total value

Value excluding VAT: 173 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Fire Equipment Maintenance 2019 Central and South Scotland

II.2.2) Additional CPV code(s)

50413200

31625100

31625200

35111300

44480000

44482100

31518200

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Central and South Scotland

II.2.4) Description of the procurement

The maintenance of the fire detection and extinguishing systems within the Associations housing stock located throughout Scotland. This includes fire alarms, fire extinguisher, sprinkler, dry riser, disabled refuge, smoke control, hose reel and emergency lighting systems. Lot 1 covers south and central Scotland.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Ultimate cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

The contract will be awarded for 1 year with the option to extend a further 1 + 1 + 1 year. Potential total of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Fire Equipment Maintenance 2019 (North)

II.2.2) Additional CPV code(s)

50413200

31625100

31625200

35111300

44480000

44482100

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

North of Scotland

II.2.4) Description of the procurement

The maintenance of the fire detection and extinguishing systems within the Associations housing stock located throughout Scotland. This includes fire alarms, fire extinguisher, sprinkler, dry riser, disabled refuge, smoke control, hose reel and emergency lighting systems. Lot 2 covers the area in the North of Scotland.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Ultimate cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

The contract will be awarded for 1 year with the option to extend for a further 1 + 1 + 1 year. Potential total of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Bidders, or their nominated sub-contractors)must be members of select and/or NICEIC; BAFE SP101 (Competency of Portable Fire Extinguisher Organisations and Technicians); BAFE SP203-1 (Fire Detection and Alarm Systems) and the British Automatic Fire Sprinkler Association.

Or equivalent accreditations in the country of operation.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Bidders will be required to have a minimum yearly “specific” turnover for the last 3 years in the business area covered by the contract.IE Fire Equipment Maintenance.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:


Minimum level(s) of standards required:

Bidders will be required to have a minimum yearly “specific” turnover of 300 000 GBP for the last 3 years in the business area covered by the contract (Fire Equipment Maintenance).

Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP

Public Liability Insurance = 5 000 000 GBP

Product Liability Insurance = 5 000 000 GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice.

Bidders will be required to confirm that their managerial staff have relevant educational and professional qualifications.

Bidders will be required to confirm that they will employ environmental management measures that demonstrate how they can improve the Social, Environmental and Economic wellbeing of the area in which they operate.

Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice.

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.


Minimum level(s) of standards required:

Bidders will be required to provide 3 examples of previous contracts within the past 5 years which must be for Registered Social Landlords or Local Authorities in Scotland that demonstrate they have the experience of working to deliver the services as described in part II.2.4 of the OJEU contract notice. It is preferred that the examples provided are for customers within social housing with a vulnerable client group.

Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

Bidders must confirm that their site engineers have, or must make a commitment to attain (prior to any contract award), suitable training and provide all necessary equipment and tools for undertaking non-licensable asbestos work (please refer to section EM2 in the HSE’s “Asbestos Essentials” document for further details on training requirements for undertaking Non-Licensed tasks).

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 31/10/2018

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 26/11/2018

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2022

VI.3) Additional information

Quality Management

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

Health and Safety Procedures

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent).

OR

Have a regularly reviewed and documented policy for Health and Safety (H and S) management. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=555147

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:555147)

VI.4) Procedures for review

VI.4.1) Review body

Hanover (Scotland) Housing Association

95 McDonald Road

Edinburgh

EH7 4NS

UK

Telephone: +44 1315570598

Fax: +44 1315577424

Internet address(es)

URL: http://www.hanover.scot

VI.5) Date of dispatch of this notice

06/09/2018

Coding

Commodity categories

ID Title Parent category
31518200 Emergency lighting equipment Signalling lights
35111300 Fire extinguishers Firefighting equipment
44482100 Fire hoses Fire-protection devices
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
abaird@hanover.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.