Opportunity

Three Year Contract for Servicing, Maintenance and Reactive Repairs for Fire Detection Systems and Emergency Lighting

  • Link Group Ltd
  • Horizon Housing Association Limited
  • Larkfield Housing Association
  • West Highland Housing Association

F02: Contract notice

Notice reference: 2025/S 000-000407

Published 7 January 2025, 4:50pm



The closing date and time has been changed to:

13 February 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Link Group Ltd

Link House, 2C New Mart Road

Edinburgh

EH14 1RL

Contact

Steven Gallagher

Email

steven.gallagher@curb.scot

Telephone

+44 3451400100

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.linkhousing.org.uk

one.1) Name and addresses

Horizon Housing Association Limited

Leving House, Fairbairn Place

Livingston

EH54 6TN

Email

rob.ormston@horizonhousing.org

Telephone

+44 7784239374

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

https://www.horizonhousing.org/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12122

one.1) Name and addresses

Larkfield Housing Association

14 Lothian Road

Greenock

PA16 0PG

Email

info@larkfieldha.org.uk

Telephone

+44 1475630930

Fax

+44 1475636111

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

www.larkfieldha.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17004

one.1) Name and addresses

West Highland Housing Association

Crannog Lane

Oban

PA34 4HB

Email

mail@westhighlandha.co.uk

Telephone

+44 1631566451

Fax

+44 1631565711

Country

United Kingdom

NUTS code

UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute

Internet address(es)

Main address

http://www.westhighlandha.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16202

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://www.publiccontractsscotland.gov.uk

Additional information can be obtained from another address:

A.D.A Construction Consultants

Pavilion 3, St James Business Park, Linwood Road

Paisley

PA3 3BB

Contact

Alan Shanks

Email

alan.shanks@ada-cc.co.uk

Telephone

+44 1418160184

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

https://www.publiccontractsscotland.gov.uk

Tenders or requests to participate must be submitted electronically via

https://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

https://www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Other type

Registered Social Landlord

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Three Year Contract for Servicing, Maintenance and Reactive Repairs for Fire Detection Systems and Emergency Lighting

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Link Group are seeking a single contractor to provide a planned preventative maintenance regime service, ensuring all existing properties are compliant with current and future regulations for the following systems:

- Dry Risers

- Wet Risers

- Emergency Lighting Systems

- Fire Alarms and Detector Systems

- Fire Extinguishers and Fire Blankets

- Smoke Vent Systems

- Sprinkler Systems

- Fire Hydrants

- Intruder Alarms

- Mist Systems

two.1.5) Estimated total value

Value excluding VAT: £1,850,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44165200 - Risers
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35111300 - Fire extinguishers
  • 35111500 - Fire suppression system
  • 35111520 - Fire suppression foam or similar compounds
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 51700000 - Installation services of fire protection equipment
  • 75251110 - Fire-prevention services
  • 39525400 - Fire blankets
  • 31518200 - Emergency lighting equipment
  • 44115500 - Sprinkler systems
  • 45343230 - Sprinkler systems installation work
  • 44482200 - Fire hydrants
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 51100000 - Installation services of electrical and mechanical equipment
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 50711000 - Repair and maintenance services of electrical building installations

two.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
  • UKM7 - Eastern Scotland
  • UKM9 - Southern Scotland
Main site or place of performance

Throughout Central Belt of Scotland

two.2.4) Description of the procurement

Single Stage Tendering in accordance with Regulations 28 (Open Procedure) of the Public Contracts (Scotland) Regulations 2015

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,850,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

May take up option of twelve month extensions up to a maximum of two further years (2028-2030) at an estimated value 370000 GBP (excluding VAT) per annum. The estimated annual value of the contract is 370000 GBP excluding VAT.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

SPD Question 2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for each subcontractor.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

NICEIC or SELECT membership

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum 'general' yearly turnover of 740000 GBP for the last two years or have an average yearly

turnover of a minimum of 740000 GBP for the last two years.

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 commencement of any subsequently awarded

contract, the types and levels of insurances indicated below:

Employer's (Compulsory) Liability Insurance - 5,000,000 GBP

Public Liability Insurance - 5,000,000 GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must be able to provide two examples of similar Servicing, Maintenance and Reactive Repairs services similar to the requirements of Link Group undertaken during the last three years that demonstrate that they have the relevant experience to deliver the services/supplies for the following services;

- Dry Risers

- Wet Risers

- Emergency Lighting Systems

- Fire Alarms and Detector Systems

- Fire Extinguishers and Fire Blankets

- Smoke Vent Systems

- Sprinkler Systems

- Fire Hydrants

- Intruder Alarms

- Mist Systems

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Contract Performance Conditions are described within Tender Document A 'ITT and Quality Questionnaire' and Tender Document B 'Price Schedule' provided with the Contract Notice

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Originally published as:

Date

6 February 2025

Local time

12:00pm

Changed to:

Date

13 February 2025

Local time

12:00pm

See the change notice.

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

English

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

Tender must be valid until: 7 May 2025

four.2.7) Conditions for opening of tenders

Date

6 February 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2027 at the earliest if the optional 12 month extensions are not applied

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

SPD, Part IV Section C 'Technical and Professional Ability' will be scored on a pass or

fail basis using the following scoring methodology;

0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. A Tenderer which scores ‘0 – Unacceptable’ against any question will be disqualified.

1 - Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 – Very Good - Response is largely relevant and very good. The response demonstrates a very good understanding of the requirements and provides adequate details on how the requirements will be fulfilled.

5 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

A Tenderer will be required to achieve a minimum score of 2 against each Question within Part C, i.e. a score of 2 or greater shall represent a Pass whereas a score of 1 or lower will represent a Fail.

Link Group will disregard, and not evaluate the remainder of a Tenderers bid should the Tenderer fail to achieve the minimum score of 2 (a Pass) against any of the Questions included with Part C

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=785934.

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:785934)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=785934

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of Peace Court

Edinburgh

Country

United Kingdom