Opportunity

Provision of Fire Equipment Servicing, Repairs and Maintenance

  • Linc-Cymru Housing Association Ltd

F02: Contract notice

Notice reference: 2021/S 000-030904

Published 13 December 2021, 9:05am



Section one: Contracting authority

one.1) Name and addresses

Linc-Cymru Housing Association Ltd

387 Newport Road

Cardiff

CF24 1GG

Contact

Procurement and Value For Money Manager

Email

procurement@linc-cymru.co.uk

Telephone

+44 2920473767

Country

United Kingdom

NUTS code

UKL - Wales

National registration number

IP25555R

Internet address(es)

Main address

http://www.linc-cymru.co.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0650

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.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

Provision of Fire Equipment Servicing, Repairs and Maintenance

Reference number

LCPS1020/NA

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

Linc-Cymru Housing Association Ltd ('Linc') has a range of fire extinguishers, fire safety equipment and systems installed across Linc’s properties. Linc has a duty of care in respect of tenants living within its properties and also statutory obligations to ensure these items of equipment and systems are well maintained and in good safe working order.

Linc has as requirement for a suitably skilled, accredited and qualified Provider to provide testing, servicing, repairs and maintenance services and works in relation to the range of fire safety equipment and fire extinguishers installed in order to discharge its duty of care and statutory obligations.

two.1.5) Estimated total value

Value excluding VAT: £450,000

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

Servicing, Repair and Maintenance of Fire Safety Equipment excluding Fire Extinguishers

Lot No

1

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 35110000 - Firefighting, rescue and safety equipment
  • 35111500 - Fire suppression system
  • 44480000 - Miscellaneous fire-protection equipment
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Throughout Linc's property stock.

two.2.4) Description of the procurement

Servicing, Repair and Maintenance of Fire Safety Equipment excluding Fire Extinguishers

Fire Safety Equipment is located throughout Linc's property stock in commercial properties, the communal areas of multi-dwelling domestic properties and single dwelling domestic properties.

The successful organisation will be required to provide a service package for the cyclical servicing, maintenance and testing of the identified Fire Safety Equipment at each site and or property included within the contract.

In addition, the successful organisation will be required to provide responsive maintenance and repairs of the Fire Safety Equipment at the request of Linc or its Customers.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Up to two (2) further periods of up to twelve (12) months each.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract has been prepared with the specific intention that future sites coming into the ownership of Linc (whether by acquisition or development) may be incorporated into this contract at the option of Linc.

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

Interested Organisations should note that there are mandatory qualification and accreditation requirements which must be met. Interested Organisations should note that under this Lot of the contract, sub-contracting will be permitted by one (1) level and only for a limited range of activities. Full details are set out within the procurement documents.

two.2) Description

two.2.1) Title

Servicing, Repair, Maintenance and Replacement of Fire Extinguishers

Lot No

2

two.2.2) Additional CPV code(s)

  • 24951210 - Fire-extinguisher powder
  • 24951220 - Fire-extinguisher agents
  • 24951230 - Fire-extinguisher charges
  • 35111000 - Firefighting equipment
  • 45343200 - Firefighting equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 50413200 - Repair and maintenance services of firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Throughout Linc's property stock.

two.2.4) Description of the procurement

Servicing, Repair, Maintenance and Replacement of Fire Extinguishers (including Fire Blankets)

Fire Extinguishers (including Fire Blankets) are located throughout Linc’s in commercial properties, the communal areas of multi-dwelling domestic properties and care sites.

The successful organisation will be required to provide the testing and servicing including any mandatory or manufacturer recommended activities for all the various Fire Extinguishers and Fire Blankets installed across Linc’s property stock.

In addition, the successful organisation will be required to provide responsive maintenance and repairs as well as replacement of Fire Extinguishers and Fire Blankets at the request of Linc.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Up to two (2) further periods of up to twelve (12) months each.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract has been prepared with the specific intention that future sites coming into the ownership of Linc (whether by acquisition or development) may be incorporated into this contract at the option of Linc.

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

Interested Organisations should note that there are mandatory qualification and accreditation requirements which must be met. Interested Organisations should note that under this Lot of the contract, sub-contracting is not permitted. Full details are set out within the procurement documents.


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

As stated in the Procurement Documents.

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.2.2) Contract performance conditions

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.2.2) Time limit for receipt of tenders or requests to participate

Date

17 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 January 2022

Local time

12:30pm

Place

Virtually via Microsoft Teams and eTenderWales Platform.

Information about authorised persons and opening procedure

As stated in Linc's Procurement and Contracts Policy (available on request).


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Anticipated to be approximately six (6) months before the final termination date of this contract.

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: eTenderWales is being used for this procurement process and guidance on the system of the system is available as follows:

> Registration: https://www.linc-cymru.co.uk/media/1327/etw_sup_reg_guide_v1-0.pdf.

> Submitting Tender Submissions: https://www.linc-cymru.co.uk/media/1326/etw_sup_itt_guide_v1-0.pdf

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=116440

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Stated in the Procurement Documents.

(WA Ref:116440)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom