Tender

Fire Safety Systems Servicing and Reactive Maintenance Contract

  • West of Scotland Housing Association Ltd.

F02: Contract notice

Notice identifier: 2022/S 000-019418

Procurement identifier (OCID): ocds-h6vhtk-035282

Published 15 July 2022, 1:46pm



Section one: Contracting authority

one.1) Name and addresses

West of Scotland Housing Association Ltd.

40 Barrowfield Drive

Glasgow

G40 3QH

Email

info@ewing-somerville.com

Telephone

+44 1415505600

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.westscot.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13703

one.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 another address:

Ewing Somerville Partnership (Scotland) Ltd.

40 Speirs Wharf

Glasgow

G4 9TH

Email

info@ewing-somerville.com

Telephone

+44 1413533531

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.ewingsomerville.co.uk

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire Safety Systems Servicing and Reactive Maintenance Contract

Reference number

ESP 4606

two.1.2) Main CPV code

  • 31625200 - Fire-alarm systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Association intend to enter into a three year contract with a suitable contractor to carry out inspections, testing, maintenance and repairs to their fire warning, evacuation and firefighting equipment in accordance with the Fire (Scotland ) Act 20015 and the Fire Safety (Scotland) Regulations 2006. The services will include the maintenance of the following:

Fire alarm and detection systems

Smoke extract systems

Sprinkler Systems

Dry Risers

Emergency Lighting and

Fire extinguishers.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 35110000 - Firefighting, rescue and safety equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, Lanarkshire and Ayrshire.

two.2.4) Description of the procurement

The work to be carried out under this Contract consists of Planned Servicing and Reactive Maintenance to Fire Safety System installations within various residential properties.

It is envisaged that the contract will run from circa August 2022 until July 2025.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

The contract is to be let for a period of three years with an option to extend the contract on a yearly basis for a further two years.

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.


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

The relevant requirement is set out in the SPD, Part IV Selection Criteria [4A1a] Enrolment in a relevant professional register. The following statement clarifies the requirement:

If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

The relevant trade register in the UK is the Companies House Register - ://www.gov.uk/government/organisations/companies-house or equivalent in other countries.

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

three.2) Conditions related to the contract

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.1.6) Information about electronic auction

An electronic auction will be used

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

Date

15 August 2022

Local time

12:00pm

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 August 2022

Local time

12:00pm


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.3) Additional information

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=696923.

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.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Tenderer’s are required to submit proposals for Community Benefits within their Tender submission.

Examples of Community Benefits include, Fire Safety Training for Willowcare Trust and fire safety training within schools.

(SC Ref:696923)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=696923

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom