Tender

Framework Agreement for the provision of Servicing and Maintenance of Fire Alarm Systems including Automatic and Manual Fire Detection, Gas Suppression Systems, Sprinklers and Dry Risers

  • Staffordshire County Council
  • Cannock Chase District Council
  • South Staffordshire Council
  • Stafford Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-029664

Procurement identifier (OCID): ocds-h6vhtk-037796

Published 20 October 2022, 5:06pm



Section one: Contracting authority

one.1) Name and addresses

Staffordshire County Council

Tipping Street

STAFFORD

ST162DH

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

Region code

UKG2 - Shropshire and Staffordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.staffordshire.gov.uk/Homepage.aspx

Buyer's address

https://supplierlive.proactisp2p.com

one.1) Name and addresses

Cannock Chase District Council

28 Beecroft Road

Cannock

WS11 1BG

Email

michelle.davies@staffordshire.gov.uk

Country

United Kingdom

Region code

UKG2 - Shropshire and Staffordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.cannockchasedc.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com

one.1) Name and addresses

South Staffordshire Council

Wolverhampton Road,

Codsall, South Staffordshire

WV8 1PX

Email

michelle.davies@staffordshire.gov.uk

Country

United Kingdom

Region code

UKG2 - Shropshire and Staffordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.sstaffs.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com

one.1) Name and addresses

Stafford Borough Council

Riverside, Civic Centre

Stafford

ST16 3AQ

Email

michelle.davies@staffordshire.gov.uk

Country

United Kingdom

Region code

UKG2 - Shropshire and Staffordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.staffordbc.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com

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://supplierlive.proactisp2p.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com

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://supplierlive.proactisp2p.com

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for the provision of Servicing and Maintenance of Fire Alarm Systems including Automatic and Manual Fire Detection, Gas Suppression Systems, Sprinklers and Dry Risers

Reference number

IA2861

two.1.2) Main CPV code

  • 51700000 - Installation services of fire protection equipment

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework Agreement is for the planned preventative and the responsive maintenance of Automatic and Manual Fire Alarm Systems.

This a semi-comprehensive service contract only, comprised of the below service and maintenance requirements:

Fire Alarm Systems - Fully Comprehensive Contract (with exceptions)

The contractor should be aware that there are several Wireless Fire Alarm Systems installed in various properties. All items of equipment and consumables including batteries etc. shall be replaced under the terms of this contract apart from the exceptions listed in clause 1.8. The tenderer shall include for maintenance visits as detailed in the Pricing Matrix to keep the systems in safe working order.

Associated Systems- Sprinkler Systems, Gas Suppression Systems, Dry Risers and Smoke Ventilation Systems - Service Only Contract.

Ancillary Equipment is to be function tested during the Fire Alarm service visit. The service, repair or replacement of these, do not form part of the Contract. The following equipment is deemed to be ancillary equipment:

• Overhead and floor mounted door retainer and closer units, e.g. Briton 996 etc.

• Ventilation dampers

• Automated motorised shutters, control units, relays etc.

• Deaf Alert Devices or similar Hearing Loop connected equipment

• Magnetic door locks or access control hardware linked to the Fire Alarm System

• Refuge alarm and Communication systems

All planned maintenance shall be in accordance with the relevant manufacturer's instructions, British Standards and Codes of Practice, and the current Health and Safety Legislation and include the additional requirements of this contract where applicable.

Please note this is a Single Supplier Framework.

two.1.5) Estimated total value

Value excluding VAT: £480,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Staffordshire

two.2.4) Description of the procurement

Suppliers should set up a profile on Proactis by completing their company details first. Then registering their interest to this specific tender opportunity by searching under reference IA2861.

Any questions regarding this opportunity should go through the 'message function'.

Please do not contact the Buyer direct.

Please note the above value includes the service element, any potential remedial works, costs of replacement parts not covered in the service cost and flexibility to add additional properties over the 4 years

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £480,000

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

Start date

19 January 2023

End date

18 January 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend for a further 2 x 12 month to the 18 January 2026 and 18 January 2027

two.2.14) Additional information

Please note Stafford Borough Council, Cannock Chase District and South Staffordshire Council are not responsible for this procedure, they are a named organisation who may call off from the Framework


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

List and brief description of selection criteria

List and brief description of selection criteria

Staffordshire County Council require its successful Supplier to have ongoing 3rd party accreditations which meet the following requirements during the term of the Framework:

To have a compliant Health & Safety accreditation performed by a Safety Schemes in Procurement ('SSIP'). For more information refer to the link https://ssip.org.uk/members/#

Valid and compliant member of an independent pre-qualification accrediting body. For example, Constructionline (accredited to a minimum membership level of 'SILVER') or other equivalent bodies, offer such a service.

Note 1 - the accrediting bodies must allow for annual refreshes/vetting of the Supplier in the areas above

Note 2 - where brand names are mentioned, the Authority will consider equivalents

Note 3 - evidence of the above accreditations MUST be provided to the Authority by successful Supplier prior to Contract Award

PAS91 C4: Health and safety: policy and capability or provide an exemption (details provided in the Questionnaire).

Suppliers are required to make sure trained members of staff meet the competency requirements detailed in points below:

All personnel must evidence successful completion of at least one of the following qualifications:

o Fire Industry Association (FIA Unit 4) - Installation and Testing

o Fire Industry Association (FIA Unit 5) - Fire Alarm Maintenance

All personnel maintaining associated systems (e.g. sprinklers, dry risers & gas suppression) must evidence successful completion of a recognised Qualification in a relevant field.

All personnel must evidence recent training for working at heights (within 5 years).

Any personnel operating specific access equipment must evidence recent training for that type of equipment- such as ladders, scaffold towers, MEWP's or any other specialist access equipment- within 5 years.

All personnel must have undertaken asbestos awareness training within the past 12 months accredited by UKATA, IATP or equivalent.

Any personnel utilised on this contract must have an Enhanced DBS check

PLEASE REFER TO THE PROCUREMENT DOCUMENTATION FOR MORE DETAIL


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 a single operator

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

21 November 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

Tender must be valid until: 17 February 2023

four.2.7) Conditions for opening of tenders

Date

21 November 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Staffordshire County Council

Stafford

Country

United Kingdom