Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 15th Apr 2025
Reference | ocds-h6vhtk-050379 |
Common Procurement Vocabulary | Repair and maintenance services of firefighting equipment |
Procurement Method | Open procedure |
Value | £700,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 15th Apr 2025
Reference | ocds-h6vhtk-050379 |
Common Procurement Vocabulary | Repair and maintenance services of firefighting equipment |
Procurement Method | Open procedure |
Value | £700,000 |
Section I: Contracting authority
I.1) Name and addresses
Trust Housing Association Ltd
12 New Mart Road
Edinburgh
EH14 1RL
pinbox [at] trust.org.uk
Telephone
+44 1314441200
Fax
+44 1314444949
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Fire Systems - Servicing and Reactive Repairs
Reference number
AS-24-155
II.1.2) Main CPV code
- 50413200 - Repair and maintenance services of firefighting equipment
II.1.3) Type of contract
Services
II.1.4) Short description
To comply with health and safety requirements and British standards, Trust wishes to employ a suitable contractor to provide cyclical annual maintenance, as well as a reactive repairs service, to fire systems and associated equipment. The equipment comprises fire alarm and detector systems, emergency lighting systems, smoke ventilation systems, sprinkler systems and dry risers.
The equipment is predominately located at sheltered & retirement housing developments throughout Scotland including the Highlands and Outer Hebrides. There is also a number of general needs & mid-market sites that are unstaffed. Trust Housing also have offices in Edinburgh, Glasgow & Wishaw which will be part of the servicing regime. An overview of the type of equipment including makes and models at each development location in included within Appendix D 鈥 Pricing Schedule.
A full overview of the scope of works, including the updating of the asset register and reporting requirements, is provided in the attached Appendix H 鈥 Specification of Requirements.
II.1.5) Estimated total value
Value excluding VAT: 拢700,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 51700000 - Installation services of fire protection equipment
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland including Highlands, Outer Hebrides and Borders
II.2.4) Description of the procurement
Open Tender exercise with Minimum Requirements. Please see Invitation to Tender, Section 2 - Evaluation Criteria for more information.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: 拢700,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract is available for up to two additional extension periods, each of one year. Availability will be subject to satisfactory contract performance, the continued contract requirements, and subsequent offer and acceptance. The total maximum contract term available is 4 years (2+1+1).
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The minimum accreditations required to bid for this contract are equal to or similar to:
BAFE SP203-1 Design, Installation, Commission & Maintenance of Fire Detection & Fire Alarm Systems Scheme
BAFE DS301 Design, installation, Commission & Maintenance of Grade D Fire Detection & Fire Alarm Systems in Domestic Premises
BAFE SP203-4 Design, Installation, Commission & Maintenance of Emergency Lighting Systems Scheme
BAFE SP105 Competency of Organisations for the Service and Maintenance of Dry & Wet Riser / Falling Installations Scheme
Sprinkler Systems Accreditation from approved body such as Loss Prevention Certificate Board (LPS 1301), Warrington Scheme (Firas), or IFC Certification scheme (SDI 122)
Member of Smoke Control Association (SCA) with accreditation from IF Certification Ltd (SDI 19 Scheme).
Select or NICEIC Membership
III.1.2) Economic and financial standing
List and brief description of selection criteria
The minimum turnover required to bid for this contract is:
An average of GBP 1,000,000 in the last 3 financial years.
Requirement to complete and successfully pass the 鈥淩atio Requirement鈥 on the attached Appendix G 鈥 Financial Ratio
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.6) Information about electronic auction
An electronic auction will be used
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
16 May 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
16 May 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at .
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Please see Appendix N - Community Benefits Statement
(SC Ref:796497)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom