Tender

Fire Safety Equipment Maintenance and Servicing Contract

  • Triangle Housing

F02: Contract notice

Notice identifier: 2021/S 000-000830

Procurement identifier (OCID): ocds-h6vhtk-028a94

Published 15 January 2021, 10:24am



Section one: Contracting authority

one.1) Name and addresses

Triangle Housing

60 Eastermeade Gardens

Ballymena

BT53 6BD

Contact

etendersni messaging service

Email

andrew.lamont@trianglehousing.org.uk

Telephone

+44 2827666880

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

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

https://etendersni.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Housing Association

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire Safety Equipment Maintenance and Servicing Contract

Reference number

THA - 17

two.1.2) Main CPV code

  • 50711000 - Repair and maintenance services of electrical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Triangle Housing Association owns properties throughout Northern Ireland and are a major provider of supported living accommodation for people with disabilities. Triangle also provides an increasing number of general family homes throughout the province as well as partnering with numerous other agencies to provide a wide and varied portfolio of accommodation including some hostels, sheltered housing and commercial premises. The services shall include but are not limited to the following: 1. Servicing and maintenance of fire safety equipment which includes fire alarm systems, domestic smoke and carbon monoxide detectors, emergency lighting, firefighting equipment, smoke vents, door access controls, nurse call systems, warden call systems and other specialist fire safety equipment in accordance with Fire Safety Regulations (Northern Ireland) 2010. 2. Completion of remedial works 3. Providing a response repairs service in relation to fire safety equipment 4. Providing an out of hours response repairs service in relation to fire safety equipment 5. Recording findings and actions using the Employer’s compliance platform. The Services are to be provided to the following Employer’s properties: 1. Commercial properties – this includes the Employer’s own office premises as well as smaller commercial units which are used for social enterprise activities; 2. House of Multiple Occupancy Commercial Self-contained - larger schemes with communal fire safety systems. These properties are divided into self-contained accommodation. Each individual unit may have a separate domestic fire safety installation 3. House of Multiple Occupancy Commercial Communal – larger schemes with communal fire safety systems. 4. Domestic -these are smaller properties with domestic smoke, heat, and carbon monoxide detection.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 51110000 - Installation services of electrical equipment
  • 51700000 - Installation services of fire protection equipment
  • 71631300 - Technical building-inspection services
  • 71631000 - Technical inspection services

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
  • UKN07 - Armagh City, Banbridge and Craigavon
  • UKN08 - Newry, Mourne and Down
  • UKN09 - Ards and North Down
  • UKN10 - Derry City and Strabane
  • UKN11 - Mid Ulster
  • UKN12 - Causeway Coast and Glens
  • UKN13 - Antrim and Newtownabbey
  • UKN14 - Lisburn and Castlereagh
  • UKN15 - Mid and East Antrim
  • UKN16 - Fermanagh and Omagh
  • 00 - Other NUTS code
Main site or place of performance

Northern Ireland

two.2.4) Description of the procurement

Triangle Housing Association owns properties throughout Northern Ireland and are a major provider of supported living accommodation for people with disabilities. Triangle also provides an increasing number of general family homes throughout the province as well as partnering with numerous other agencies to provide a wide and varied portfolio of accommodation including some hostels, sheltered housing and commercial premises. The services shall include but are not limited to the following: 1. Servicing and maintenance of fire safety equipment which includes fire alarm systems, domestic smoke and carbon monoxide detectors, emergency lighting, firefighting equipment, smoke vents, door access controls, nurse call systems, warden call systems and other specialist fire safety equipment in accordance with Fire Safety Regulations (Northern Ireland) 2010. 2. Completion of remedial works 3. Providing a response repairs service in relation to fire safety equipment 4. Providing an out of hours response repairs service in relation to fire safety equipment 5. Recording findings and actions using the Employer’s compliance platform. The Services are to be provided to the following Employer’s properties: 1. Commercial properties – this includes the Employer’s own office premises as well as smaller commercial units which are used for social enterprise activities; 2. House of Multiple Occupancy Commercial Self-contained - larger schemes with communal fire safety systems. These properties are divided into self-contained accommodation. Each individual unit may have a separate domestic fire safety installation 3. House of Multiple Occupancy Commercial Communal – larger schemes with communal fire safety systems. 4. Domestic -these are smaller properties with domestic smoke, heat, and carbon monoxide detection.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,200,000

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

Option to extend the service period by such period(s) as it sees fit up to a maximum of three (3) one-year periods

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend the service period by such period(s) as it sees fit up to a maximum of three (3) one-year periods

two.2.13) Information about European Union Funds

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


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

ISO 9001 / NSI Gold Accreditation will also be accepted. NICEIC. Approved contractor scheme. . BAFE SP101. SP201-1 and/or SP201(LPS1014). . OHSAS 18001 . The Association will accept any 18001 Certification which is SSIP approved. Link http://ssipportal.org.uk/home. ..

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: No

four.2) Administrative information

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

Date

19 February 2021

Local time

4:00pm

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: 20 May 2021

four.2.7) Conditions for opening of tenders

Date

22 February 2021

Local time

12:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

Belfast

Country

United Kingdom