Section one: Contracting authority
one.1) Name and addresses
Scottish Fire and Rescue Service
Headquarters, Westburn Drive
Cambuslang
G72 7NA
Mandy.Shepherd@firescotland.gov.uk
Telephone
+44 1416464637
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19543
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 the above-mentioned address
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
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Servicing, Maintenance and Repair of High Pressure Breathing Air Compressors and Oxygen Cylinder Pumps; including Air Purity Testing
Reference number
T2C-002-2021
two.1.2) Main CPV code
- 50531300 - Repair and maintenance services of compressors
two.1.3) Type of contract
Services
two.1.4) Short description
Servicing, Maintenance and Repair of High Pressure Breathing Air Compressors and Oxygen Cylinder Pumps; including Air Purity Testing
two.1.5) Estimated total value
Value excluding VAT: £1,340,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50531300 - Repair and maintenance services of compressors
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Servicing, Maintenance and Repair of High Pressure Breathing Air Compressors and Oxygen Cylinder Pumps; including Air Purity Testing
two.2.5) Award criteria
Quality criterion - Name: Service Delivery Requirements - BA Compressor / Weighting: 12
Quality criterion - Name: Call Out Service / Weighting: 6
Quality criterion - Name: Contract Management / Weighting: 6
Quality criterion - Name: Business Continuity and Contingency Planning / Weighting: 3
Quality criterion - Name: Service Delivery Requirements - Air Purity / Weighting: 9
Quality criterion - Name: Methodology - Pressure Safety System Regulations Compliance / Weighting: 9
Quality criterion - Name: Detailed Implementation Plan / Weighting: 3
Quality criterion - Name: Sustainability Impact / Weighting: 7.5
Quality criterion - Name: Fair Work First / Weighting: 7.5
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,340,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2026
This contract is subject to renewal
Yes
Description of renewals
The contract will have the option to be extended by up to a further 24 Months in total to 31 March 2028. The estimated value indicated is for the entire possible contract period including extensions
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 192-465182
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 October 2021
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 October 2021
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=664086.
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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
As detailed within the Invitation to Tender document
(SC Ref:664086)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=664086
six.4) Procedures for review
six.4.1) Review body
Please refer to section VI.4.3
Please refer to section VI.4.3
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Scottish Fire and Rescue Service (SFRS) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The SFRS will incorporate a minimum 10 calendar day standstill at the point information on the contract award is communicated to tenderers. The SFRS is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the SFRS, they suffer or risk suffering loss or damage. The bringing of court proceedings during the standstill period means that the SFRS must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations.