Section one: Contracting authority
one.1) Name and addresses
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
alasdair.mclaren@ggc.scot.nhs.uk
Telephone
+44 1414511624
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.nhsggc.org.uk/about-us/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fire Alarm Maintenance and Fire Alarm Testing
Reference number
GGC0599
two.1.2) Main CPV code
- 50413200 - Repair and maintenance services of firefighting equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The requirement is for a first generation board-wide framework for the maintenance and repairs of fire alarm systems and for fire alarm testing and repairs for NHS Greater Glasgow and Clyde region.
The contract is for the routine (planned) maintenance and repairs to fire alarm systems located throughout the health board and for weekly testing of fire alarms and repairs within specific locations of the NHSGG&C area. The service contractor must provide 24/7, 365 day breakdown repair service for all requirements.
The service contractor will be expected to provide expert advice to local Estates Managers on the maintenance and management of fire alarm services to the hospitals and partnerships.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Fire Alarm System Maintenance, Repairs and Periodic Testing for all system types including Closed and Open Protocol Systems within all locations throughout NHS GGC.
Lot No
1
two.2.2) Additional CPV code(s)
- 31625200 - Fire-alarm systems
- 31625100 - Fire-detection systems
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The Contract shall comprise all inspections, routine servicing and maintenance; repair and / or replacement of parts identified during maintenance visits; call outs to reset the systems or to repair as necessary all to ensure the satisfactory operation of the fire detection and alarm systems within the locations across NHS GGC.
The Contract shall be a testing and inspection, service, repair and maintenance and periodic testing contract. The inspection and servicing needs to be carried out in compliance with (BS 5839-1:2017) and (BS 7671:2018) by competent personnel with specialist knowledge of fire detection and alarm systems, including knowledge of the causes of false alarms, enough information regarding the systems, and adequate access to spares.
These requirements shall be read in conjunction with relevant industry standards and legislation.
It shall be a mandatory requirement that the Contractor shall be and shall remain a member of the BAFE SP203-1 Fire Detection and Alarm Systems scheme for the duration of the Contract
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
A 1 x 12 Month extension will be available subject to funding.
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) Description
two.2.1) Title
Fire Alarm System Weekly Testing within selected locations of NHS GGC
Lot No
2
two.2.2) Additional CPV code(s)
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
NHSGG&C require weekly testing of fire alarms systems within selected locations which are situated across the geographical footprint of NHSGG&C. NHSGG&C reserve the right to add or remove properties as required.
The contractor will be responsible for carrying out a weekly test of each location’s Fire Alarm (FA) system(s) to BS 5839 Part 1, 2017. At least one Manual Call Point (MCP) will need to be operated at each visit, to test the ability of the controlling equipment (FA Panel) to receive a signal and sound the alarm. MCPs must be tested on a cyclical basis, i.e. if there are 12 MCPs at a location, they must be sequentially tested over a 12-week period. After all MCPs have been tested on this basis, testing will resume from the start of the cycle and continue thereafter. It is the full responsibility of the contractor to provide all appropriate equipment required to carry out the weekly test for the type of system fitted at each location.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
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
A 1 x 12 Month Extension will be available subject to funding.
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
List and brief description of selection criteria
With reference to SPD question 4B.6 – NHSGG&C will require tenderers to provide the following ratios for at least the three most recent financial years.
- Current Ratio (Liquidity Ratio) of the Company (total current assets divided by total current liabilities) — Acceptable Range is >0.99
- Net Profit Margin of the Company (net profits divided by revenue x100) -- Acceptable Range is >0 (i.e. positive)
These ratios will be used to assess the tenderer's financial strength and security; and to determine whether a parent company guarantee or another instrument may be required by the Authority. This is a Pass/Fail requirement.Failure to provide this information will result in your bid being rejected.
Tenderers should be able to provide financial accounts when requested by NHSGG&C. Should this not be available or should this show financial instability of the organisation, this may result in a fail.
Minimum level(s) of standards possibly required
With reference to SPD question 4B.5.1b. It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Employer’s (Compulsory) Liability Insurance = GBP5m. This is a pass/fail question. Failure to provide this information will result in your bid being rejected.
With reference to SPD question 4B.5.2. It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Public Liability Insurance = GBP10m. This is a pass/fail question. Failure to provide this information will result in your bid being rejected.
three.1.3) Technical and professional ability
List and brief description of selection criteria
With reference to SPD question 4C.1.2, tenderers are required to provide examples that demonstrate they have the relevant experience to deliver the services. Examples must be from within the last 3 years. You should use the attached template to provide 2 examples that demonstrates experience that is relevant to this procurement exercise. If you cannot provide any examples you should explain why at the bottom of this template. Your completed response should be no more than 2 pages of A4. The completed document should be uploaded to question 4C.1.2.
This is a pass/fail question, if relevant previous experience and correct level of service is not demonstrated this will result in your tender being rejected.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
In the case of framework agreements, provide justification for any duration exceeding 4 years:
This framework will not exceed 4 years.
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
5 January 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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 January 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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please note if any tenderer plans to use subcontractors to carry out part of the works; All subcontractors must adhere to all NHSGG&C requirements including the Mandatory and General Information stated or referenced in the Invitation to Tender (ITT) document.
This means that ALL intended subcontractors must be noted at the time of tender submission and each subcontractor must also complete the SPD, and NHSGG&C Invitation to Tender (ITT) document. These subcontractor documents must be uploaded and submitted with the contractor submission.
These documents can on found on PCS-T.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18655. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
A non scorable question will be added as per the guidance:
‘Bidders must demonstrate how they will meet each requirement set out in Document 13 and how any deviations will be remedied. Note, it is not sufficient to simply state adherence, bidders must provide sufficient evidence to allow the bid assessment team to be satisfied this requirement will be met. This may include but not limited to: procedures and protocols, staff responsibilities, previous experience, management information statistics’
The following question will be added to PCS-Tender and referenced to ITT Document 13:
“The bidder is required to detail any social, economic and environmental benefits associated with contract performance during the contract term in the event of their appointment.
If there will be no Community Benefits, the bidder should state this in the submission. If there will be Community Benefits, the Tender Submission should include a methodology/plan/statement as to how this will be delivered.
(SC Ref:667452)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Pl, Glasgow G5 9TW
Glasgow
Country
United Kingdom