Section one: Contracting authority
one.1) Name and addresses
Staffordshire County Council
Tipping Street
STAFFORD
ST162DH
Contact
Michelle Davies
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
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
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
Buyer's address
https://supplierlive.proactisp2p.com
one.1) Name and addresses
Stafford Borough Council
Riverside, Civic Centre
Stafford
ST16 3AQ
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