Thurrock Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Servicing and Maintenance of Fire Systems and Fire Protection Devices |
Notice type: | Contract Notice |
Authority: | Thurrock Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Thurrock Council wishes to appoint experienced service provider(s) for the servicing and maintenance of fire systems and fire protection devices ensuring compliance with all relevant industry, manufacturer requirements and safety standards. Thurrock Council has a housing stock of over 11,000 properties; the resulting contract will cover the general needs housing, sheltered and supported housing owned by the Council, which includes dwellings of various types consisting of: flats, maisonettes, tower blocks and sheltered housing schemes. The Council also reserve the right to extend the contract to include corporate buildings owned or managed by the Council. The opportunity has been divided into three lots as follows; - Lot 1 - Fire Alarms and Emergency Lighting - Lot 2 - Fire Protection Devices - Lot 3 - Fire Alarms, Emergency Lighting and Fire Protection Devices The procurement has been structured into three lots to allow the Council to identify which solution offers best value for money; the Council reserve the right to award against Lots 1 and 2 or Lot 3. The successful service provider will be required to provide the following services for fire alarms and emergency lighting; - testing and inspection programme; - repairs identified following inspection; and - installation of component parts/new fire alarms and/or emergency lighting (if required). The successful service provider will be required to provide the following services for fire protection devices; - servicing/inspection and repairs of fire hydrants, fire extinguishers, automatic water sprinkler systems in bin sheds and dry riser system; - safety checks and replacement (if required) of fire blankets; and - validation of current asset register and on-going record keeping including current inspections, next inspections and ‘extended service’ inspections etc., this information will remain the property of the Council. The Contract will be let on an initial three year term with the option in year three to extend for a further two years in any combination. Please see Thurrock Council’s website at www.thurrock.gov.uk for further details about the Council. |
Published: | 01/05/2015 15:45 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk, URL: http://thurrock.g2b.info
Attn: Procurement Services
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Servicing and Maintenance of Fire Systems and Fire Protection Devices
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1
Region Codes: UKH32 - Thurrock
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Security, fire-fighting, police and defence equipment. Lighting equipment and electric lamps. Emergency lighting equipment. Electrical equipment and apparatus. Burglar and fire alarms. Firefighting materials. Fire extinguishers. Fire suppression system. Fire blankets. Fire hydrants. Fire-alarm system installation work. Installation services of fire protection equipment. Thurrock Council wishes to appoint experienced service provider(s) for the servicing and maintenance of fire
systems and fire protection devices ensuring compliance with all relevant industry, manufacturer requirements
and safety standards. Thurrock Council has a housing stock of over 11,000 properties; the resulting contract
will cover the general needs housing, sheltered and supported housing owned by the Council, which includes
dwellings of various types consisting of: flats, maisonettes, tower blocks and sheltered housing schemes. The
Council also reserve the right to extend the contract to include corporate buildings owned or managed by the
Council.
The opportunity has been divided into three lots as follows;
- Lot 1 - Fire Alarms and Emergency Lighting
- Lot 2 - Fire Protection Devices
- Lot 3 - Fire Alarms, Emergency Lighting and Fire Protection Devices
The procurement has been structured into three lots to allow the Council to identify which solution offers best
value for money; the Council reserve the right to award against Lots 1 and 2 or Lot 3.
The successful service provider will be required to provide the following services for fire alarms and emergency
lighting;
- testing and inspection programme;
- repairs identified following inspection; and
- installation of component parts/new fire alarms and/or emergency lighting (if required).
The successful service provider will be required to provide the following services for fire protection devices;
- servicing/inspection and repairs of fire hydrants, fire extinguishers, automatic water sprinkler systems in bin
sheds and dry riser system;
- safety checks and replacement (if required) of fire blankets; and
- validation of current asset register and on-going record keeping including current inspections, next inspections
and ‘extended service’ inspections etc., this information will remain the property of the Council.
The Contract will be let on an initial three year term with the option in year three to extend for a further two years
in any combination.
Please see Thurrock Council’s website at www.thurrock.gov.uk for further details about the Council.
II.1.6)Common Procurement Vocabulary:
35000000 - Security, fire-fighting, police and defence equipment.
31500000 - Lighting equipment and electric lamps.
31518200 - Emergency lighting equipment.
31600000 - Electrical equipment and apparatus.
31625000 - Burglar and fire alarms.
35111200 - Firefighting materials.
35111300 - Fire extinguishers.
35111500 - Fire suppression system.
39525400 - Fire blankets.
44482200 - Fire hydrants.
45312100 - Fire-alarm system installation work.
51700000 - Installation services of fire protection equipment.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The minimum value is based upon an initial contract term of three years for housing stock only and the
maximum value is based upon a five year contract for housing stock and corporate buildings.
Estimated value excluding VAT:
Range between: 316,500 and 825,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Lot 1 - Fire Alarms and Emergency Lighting
1)Short Description:
The successful service provider will be required to provide the following services for fire alarms and emergency
lighting;
- testing and inspection programme;
- repairs identified following inspection; and
- installation of component parts/new fire alarms and/or emergency lighting (if required).
Full details of the requirements will be included within the Invitation to Tender documentation.
2)Common Procurement Vocabulary:
35000000 - Security, fire-fighting, police and defence equipment.
35111200 - Firefighting materials.
35111500 - Fire suppression system.
45312100 - Fire-alarm system installation work.
51700000 - Installation services of fire protection equipment.
31500000 - Lighting equipment and electric lamps.
31518200 - Emergency lighting equipment.
31600000 - Electrical equipment and apparatus.
31625000 - Burglar and fire alarms.
3)Quantity Or Scope:
The minimum value is based upon an initial contract term of three years for housing stock only and the
maximum value is based upon a five year contract for housing stock and corporate buildings.
Value range between: 285,000 and 746,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 60
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Fire Protection Devices
1)Short Description:
The successful service provider will be required to provide the following services for fire protection devices;
- servicing/inspection and repairs of fire hydrants, fire extinguishers, automatic water sprinkler systems in bin
sheds and dry riser system;
- safety checks and replacement (if required) of fire blankets; and
- validation of current asset register and on-going record keeping including current inspections, next inspections
and ‘extended service’ inspections etc., this information will remain the property of the Council.
Full details of the requirements will be included within the Invitation to Tender documentation.
2)Common Procurement Vocabulary:
35000000 - Security, fire-fighting, police and defence equipment.
35111200 - Firefighting materials.
35111300 - Fire extinguishers.
35111500 - Fire suppression system.
39525400 - Fire blankets.
44482200 - Fire hydrants.
51700000 - Installation services of fire protection equipment.
3)Quantity Or Scope:
The minimum value is based upon an initial contract term of three years for housing stock only and the
maximum value is based upon a five year contract for housing stock and corporate buildings.
Value range between: 31,500 and 79,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 60
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Lot 3 - Fire Alarms, Emergency Lighting and Fire Protection Devices
1)Short Description:
The successful service provider will be required to provide the following services for fire alarms and emergency
lighting;
- testing and inspection programme;
- repairs identified following inspection; and
- installation of component parts/new fire alarms and/or emergency lighting (if required).
The successful service provider will be required to provide the following services for fire protection devices;
- servicing/inspection and repairs of fire hydrants, fire extinguishers, automatic water sprinkler systems in bin
sheds and dry riser system;
- safety checks and replacement (if required) of fire blankets; and
- validation of current asset register and on-going record keeping including current inspections, next inspections
and ‘extended service’ inspections etc., this information will remain the property of the Council.
Full details of the requirements will be included within the Invitation to Tender documentation.
2)Common Procurement Vocabulary:
31500000 - Lighting equipment and electric lamps.
31518200 - Emergency lighting equipment.
35000000 - Security, fire-fighting, police and defence equipment.
31600000 - Electrical equipment and apparatus.
31625000 - Burglar and fire alarms.
35111200 - Firefighting materials.
35111300 - Fire extinguishers.
35111500 - Fire suppression system.
39525400 - Fire blankets.
44482200 - Fire hydrants.
45312100 - Fire-alarm system installation work.
51700000 - Installation services of fire protection equipment.
3)Quantity Or Scope:
The minimum value is based upon an initial contract term of three years for housing stock only and the
maximum value is based upon a five year contract for housing stock and corporate buildings.
Value range between: 316,500 and 825,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 60
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Performance bonds, warranties, deposits and/or parent company guarantees may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of the financing conditions and payment arrangements will be set out in the Contract documentation and
the Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of organisations submitting an acceptable offer, it will be necessary for them to provide
an undertaking that each company shall be jointly and severally responsible for the due performance of the
contract entered into with Thurrock Council.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Applicants who satisfy any of the criteria for rejection as set out in Regulation 57, Public Contracts Regulations
2015 shall be treated as ineligible. Applicants may be requested to provide such evidence as is reasonably
necessary to allow Thurrock Council to establish that the aforementioned criteria do not apply to them.
The successful operators will be required to actively participate in working collaboratively with each other to
promote continuous improvement and in the achievement of social, employment and environmental policy
objectives. Accordingly, contract performance conditions may be included in the contract documents.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The information and formalities set-out in Articles 57 to 58 of Directive 2014/24/EU and Regulations 57 and 58
of the Public Contracts Regulations 2015, and as set out in the Invitation to Tender.
The tender must be completed and returned in accordance with the instructions, by the deadline listed in
Section IV.3.4 of this contract notice.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
The information and formalities set-out in Articles 57 to
58 of Directive 2014/24/EU and Regulations 57 and 58
of the Public Contracts Regulations 2015, and as set
out in the Invitation to Tender.
The tender must be completed and returned in
accordance with the instructions, by the deadline listed
in Section IV.3.4 of this contract notice.
Minimum Level(s) of standards possibly required:
Please refer to the Invitation to Tender documentation.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
The information and formalities set-out in Articles 57 to
58 of Directive 2014/24/EU and Regulations 57 and 58
of the Public Contracts Regulations 2015, and as set
out in the Invitation to Tender.
The tender must be completed and returned in
accordance with the instructions, by the deadline listed
in Section IV.3.4 of this contract notice.
Minimum Level(s) of standards possibly required:
Please refer to the Invitation to Tender documentation.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: PS/2015/969
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 26/05/2015
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 01/06/2015
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in days: 90
IV.3.8)Conditions for opening tenders
Date: 01/06/2015
Time: 12:01
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
The Public Services (Social Value) Act 2012 (“the Act”) imposes a duty upon the Council where the European procurement regulations apply to the contract in question to consider, at pre-procurement stage:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the Councils area; and
(b) how, in conducting the process of the procurement, it might act with a view to securing that improvement. The Act applies to services contracts and to mixed contracts where the services part has the greater value.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Thurrock:-Security%2C-fire-fighting%2C-police-and-defence-equipment./4J9WYH8VPH
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4J9WYH8VPH
GO-201551-PRO-6565782 TKR-201551-PRO-6565781
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
Body responsible for mediation procedures:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
VI.5) Date Of Dispatch Of This Notice: 01/05/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Thurrock: Security, fire-fighting, police and defence equipment.
I.1)Name, Addresses and Contact Point(s):
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk, URL: http://thurrock.g2b.info
Attn: Procurement Services
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Servicing and Maintenance of Fire Systems and Fire Protection Devices
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 1
Region Codes: UKH32 - Thurrock
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Security, fire-fighting, police and defence equipment. Lighting equipment and electric lamps. Emergency lighting equipment. Electrical equipment and apparatus. Burglar and fire alarms. Firefighting materials. Fire extinguishers. Fire suppression system. Fire blankets. Fire hydrants. Fire-alarm system installation work. Installation services of fire protection equipment. Thurrock Council wishes to appoint experienced service provider(s) for the servicing and maintenance of fire
systems and fire protection devices ensuring compliance with all relevant industry, manufacturer requirements
and safety standards. Thurrock Council has a housing stock of over 11,000 properties; the resulting contract
will cover the general needs housing, sheltered and supported housing owned by the Council, which includes
dwellings of various types consisting of: flats, maisonettes, tower blocks and sheltered housing schemes. The
Council also reserve the right to extend the contract to include corporate buildings owned or managed by the
Council.
The opportunity has been divided into three lots as follows;
- Lot 1 - Fire Alarms and Emergency Lighting
- Lot 2 - Fire Protection Devices
- Lot 3 - Fire Alarms, Emergency Lighting and Fire Protection Devices
The procurement has been structured into three lots to allow the Council to identify which solution offers best
value for money; the Council reserve the right to award against Lots 1 and 2 or Lot 3.
The successful service provider will be required to provide the following services for fire alarms and emergency
lighting;
- testing and inspection programme;
- repairs identified following inspection; and
- installation of component parts/new fire alarms and/or emergency lighting (if required).
The successful service provider will be required to provide the following services for fire protection devices;
- servicing/inspection and repairs of fire hydrants, fire extinguishers, automatic water sprinkler systems in bin
sheds and dry riser system;
- safety checks and replacement (if required) of fire blankets; and
- validation of current asset register and on-going record keeping including current inspections, next inspections
and ‘extended service’ inspections etc., this information will remain the property of the Council.
The Contract will be let on an initial three year term with the option in year three to extend for a further two years
in any combination.
Please see Thurrock Council’s website at www.thurrock.gov.uk for further details about the Council.
II.1.5)Common procurement vocabulary:
35000000 - Security, fire-fighting, police and defence equipment.
31500000 - Lighting equipment and electric lamps.
31518200 - Emergency lighting equipment.
31600000 - Electrical equipment and apparatus.
31625000 - Burglar and fire alarms.
35111200 - Firefighting materials.
35111300 - Fire extinguishers.
35111500 - Fire suppression system.
39525400 - Fire blankets.
44482200 - Fire hydrants.
45312100 - Fire-alarm system installation work.
51700000 - Installation services of fire protection equipment.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 435,740
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality - 60
Price - 40
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: PS/2015/969
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2015/S 87 - 157456 of 01/05/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: PS/2015/969
Lot Number: 3
Title: Fire Alarms, Emergency Lighting and Fire Protection Devices
V.1)Date Of Contract Award: 30/07/2015
V.2) Information About Offers
Number Of Offers Received: 10
Number Of Offers Received By Electronic Means: 10
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Openview Security Solutions Limited
Postal address: OpenView House, Chesham Close
Town: Romford
Postal code: RM7 7PJ
Country: United Kingdom
Email: Jennifer.kelley@openviewgroup.com
V.4)Information On Value Of Contract
Total final value of the contract
Value: 435,740
Currency: GBP
If annual or monthly value:
Number of years: 5
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
The Public Services (Social Value) Act 2012 (“the Act”) imposes a duty upon the Council where the European procurement regulations apply to the contract in question to consider, at pre-procurement stage:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the Councils area; and
(b) how, in conducting the process of the procurement, it might act with a view to securing that improvement. The Act applies to services contracts and to mixed contracts where the services part has the greater value.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=159284493
GO-201594-PRO-7022858 TKR-201594-PRO-7022857
VI.3.1)Body responsible for appeal procedures:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
Body responsible for mediation procedures:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
VI.4)Date Of Dispatch Of This Notice: 04/09/2015