Award

NP806/16 Maintenance of Fire Fighting Equipment

THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("THE AUTHORITY")

This public procurement record has 1 release in its history.

Award

30 May 2017 at 00:00

Summary of the contracting process

The Common Services Agency, also known as NHS National Services Scotland, is conducting a tender for the "NP806/16 Maintenance of Fire Fighting Equipment". This procurement falls under the health industry sector and is based in Edinburgh, Scotland. The procurement process is currently in the planning stage, with a tender deadline set for 26th September 2016. The authority aims to service, repair, and ensure compliance of fire fighting equipment across various NHS participating authorities, with a total tender value estimated at £2,000,000.

This procurement presents substantial opportunities for businesses that specialise in fire safety services, equipment maintenance, and compliance with fire safety legislation. Companies with the capacity to provide comprehensive maintenance services or those who can deliver inspection and repair services are encouraged to participate. This tender aligns well with firms that have experience in servicing portable fire fighting equipment and an understanding of relevant health and safety regulations, offering a potential pathway to contract awards and increased visibility within the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

NP806/16 Maintenance of Fire Fighting Equipment

Notice Description

The Common Services Agency (more commonly known as National Services Scotland) ("the Authority") acting through its division National Procurement, is undertaking this procurement to maintain, service, repair, modify and replace where required all fire fighting equipment across the Participating Authorities estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers, sprinkler systems and gas suppression systems and to ensure full compliance with all current fire safety legislation on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014(collectively hereafter referred to as "Participating Authorities").

Lot Information

NHS Ayrshire & Arran

The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - D & G Fire Protection Ltd

NHS Borders

The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - Chubb Fire & Security Ltd

NHS Dumfries & Galloway

The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - D & G Fire Protection Ltd

NHS Fife

The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - D & G Fire Protection Ltd

NHS Forth Valley

The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - Chubb Fire & Security Ltd

NHS Grampian

The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - Chubb Fire & Security Ltd

NHS Greater Glasgow & Clyde

The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Invincible Fire & Security Ltd 3. Inspection Only - D & G Fire Protection Ltd

NHS Highland

The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - Chubb Fire & Security Ltd

NHS Lanarkshire

The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - D & G Fire Protection Ltd

NHS Lothian

The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - D & G Fire Protection Ltd

NHS Tayside

The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - Chubb Fire & Security Ltd

Golden Jubilee Hospital (National Waiting Times Centre Board)

The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - D & G Fire Protection

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000451210
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284552
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50413200 - Repair and maintenance services of firefighting equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 May 20178 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
1 May 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("THE AUTHORITY")
Contact Name
Robert Armstrong
Contact Email
robert.armstrong3@nhs.net
Contact Phone
+44 1413001151

Buyer Location

Locality
EDINBURGH
Postcode
EH12 9EB
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM31 East Dunbartonshire and West Dunbartonshire, TLM32 Glasgow City, TLM33 Inverclyde, East Renfrewshire, and Renfrewshire, TLM34 North Lanarkshire, TLM50 Aberdeen City and Aberdeenshire, TLM6 Highlands and Islands, TLM61 Caithness and Sutherland, and Ross and Cromarty, TLM62 Inverness and Nairn, Moray, and Badenoch and Strathspey

Local Authority
City of Edinburgh
Electoral Ward
Drum Brae/Gyle
Westminster Constituency
Edinburgh South West

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284552
    NP806/16 Maintenance of Fire Fighting Equipment - The Common Services Agency (more commonly known as National Services Scotland) ("the Authority") acting through its division National Procurement, is undertaking this procurement to maintain, service, repair, modify and replace where required all fire fighting equipment across the Participating Authorities estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers, sprinkler systems and gas suppression systems and to ensure full compliance with all current fire safety legislation on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014(collectively hereafter referred to as "Participating Authorities").

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000451210-2017-05-30T00:00:00Z",
    "date": "2017-05-30T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000451210",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-3",
            "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"the Authority\")",
            "identifier": {
                "legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"the Authority\")"
            },
            "address": {
                "streetAddress": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH12 9EB"
            },
            "contactPoint": {
                "name": "Robert Armstrong",
                "email": "robert.armstrong3@nhs.net",
                "telephone": "+44 1413001151",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nhsscotlandprocurement.scot.nhs.uk/"
            }
        }
    ],
    "buyer": {
        "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"the Authority\")",
        "id": "org-3"
    },
    "tender": {
        "id": "2016/S 159-287683",
        "title": "NP806/16 Maintenance of Fire Fighting Equipment",
        "description": "The Common Services Agency (more commonly known as National Services Scotland) (\"the Authority\") acting through its division National Procurement, is undertaking this procurement to maintain, service, repair, modify and replace where required all fire fighting equipment across the Participating Authorities estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers, sprinkler systems and gas suppression systems and to ensure full compliance with all current fire safety legislation on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014(collectively hereafter referred to as \"Participating Authorities\").",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM33"
                    },
                    {
                        "region": "UKM37"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM24"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM32"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM22"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM26"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM50"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM34"
                    },
                    {
                        "region": "UKM35"
                    },
                    {
                        "region": "UKM31"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM6"
                    },
                    {
                        "region": "UKM62"
                    },
                    {
                        "region": "UKM61"
                    }
                ],
                "relatedLot": "8"
            },
            {
                "id": "9",
                "additionalClassifications": [
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM36"
                    },
                    {
                        "region": "UKM38"
                    }
                ],
                "relatedLot": "9"
            },
            {
                "id": "10",
                "additionalClassifications": [
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM23"
                    },
                    {
                        "region": "UKM28"
                    },
                    {
                        "region": "UKM25"
                    }
                ],
                "relatedLot": "10"
            },
            {
                "id": "11",
                "additionalClassifications": [
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM21"
                    },
                    {
                        "region": "UKM27"
                    }
                ],
                "relatedLot": "11"
            },
            {
                "id": "12",
                "additionalClassifications": [
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM34"
                    }
                ],
                "relatedLot": "12"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "MAY284552",
                "documentType": "awardNotice",
                "title": "NP806/16 Maintenance of Fire Fighting Equipment",
                "description": "The Common Services Agency (more commonly known as National Services Scotland) (\"the Authority\") acting through its division National Procurement, is undertaking this procurement to maintain, service, repair, modify and replace where required all fire fighting equipment across the Participating Authorities estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers, sprinkler systems and gas suppression systems and to ensure full compliance with all current fire safety legislation on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014(collectively hereafter referred to as \"Participating Authorities\").",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284552",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "NHS Ayrshire & Arran",
                "description": "The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - D & G Fire Protection Ltd"
                },
                "hasOptions": true
            },
            {
                "id": "2",
                "title": "NHS Borders",
                "description": "The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - Chubb Fire & Security Ltd"
                },
                "hasOptions": true
            },
            {
                "id": "3",
                "title": "NHS Dumfries & Galloway",
                "description": "The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - D & G Fire Protection Ltd"
                },
                "hasOptions": true
            },
            {
                "id": "4",
                "title": "NHS Fife",
                "description": "The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - D & G Fire Protection Ltd"
                },
                "hasOptions": true
            },
            {
                "id": "5",
                "title": "NHS Forth Valley",
                "description": "The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - Chubb Fire & Security Ltd"
                },
                "hasOptions": true
            },
            {
                "id": "6",
                "title": "NHS Grampian",
                "description": "The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - Chubb Fire & Security Ltd"
                },
                "hasOptions": true
            },
            {
                "id": "7",
                "title": "NHS Greater Glasgow & Clyde",
                "description": "The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Invincible Fire & Security Ltd 3. Inspection Only - D & G Fire Protection Ltd"
                },
                "hasOptions": true
            },
            {
                "id": "8",
                "title": "NHS Highland",
                "description": "The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - Chubb Fire & Security Ltd"
                },
                "hasOptions": true
            },
            {
                "id": "9",
                "title": "NHS Lanarkshire",
                "description": "The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - D & G Fire Protection Ltd"
                },
                "hasOptions": true
            },
            {
                "id": "10",
                "title": "NHS Lothian",
                "description": "The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - D & G Fire Protection Ltd"
                },
                "hasOptions": true
            },
            {
                "id": "11",
                "title": "NHS Tayside",
                "description": "The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - Chubb Fire & Security Ltd"
                },
                "hasOptions": true
            },
            {
                "id": "12",
                "title": "Golden Jubilee Hospital (National Waiting Times Centre Board)",
                "description": "The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority's estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following: - The Fire ( Scotland ) Act 2005 as Amended; - The Fire Safety (Scotland) Regulations 2006; - Scottish Health Technical Memorandum - Firecode 81 - 85; and - BS 5306-9 2015 Recharging of Portable Fire Extinguishers; - BS 750:2012 (for hydrants); - BS 9990:2006 and BS 5306 part 1 (for risers): and that all equipment is kite marked and CE marked as required in Scotland. The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs. Important Notes The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation. The properties included in the Participating Authority's estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate. The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority's assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information - i.e. NP806/16 Maintenance of Fire Fighting Equipment - Management Information Template). Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared. When requested, the Contractor must provide details or copies of the following: - BAFE (British Approvals for Fire Equipment) & certificate number; - FETA (Fire Extinguishing Trade Association) certificate; - BFC (British Fire Consortium) certificate. Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit. The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.. Economic operators may be excluded from this competition if they are in any of the situations referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "Three levels of service per lot were awarded: 1. Fully Comprehensive - Chubb Fire & Security Ltd 2. Standard - Walker Fire UK Ltd 3. Inspection Only - D & G Fire Protection"
                },
                "hasOptions": true
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "classification": {
            "id": "50413200",
            "scheme": "CPV"
        },
        "reviewDetails": "The Authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the contract which notification will contain among other information, a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a 'standstill period' of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the Authority despatches the notice and the date on which the Authority proposes to make an award pursuant to this procurement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the contract has been entered into include the setting aside of the decision to award the contract to the winning tenderer. The bringing of court proceedings against the Authority after the contract has been entered into will not affect the contract unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the contract has been entered into are limited to the award of damages. Economic operators are entitled to write to the Authority after receipt of the notification should they require further clarification. The Authority will respond within 15 days of such a written request, but it should be noted that receipt by the Authority of such request during the standstill period may not prevent the Authority from awarding the contract following the expiry of the standstill period. Where an economic operator is dissatisfied with the Authority's response to its request for clarification, or considers that the contract has been concluded in breach of The Public Contracts (Scotland) Regulations 2015, such economic operator is advised to promptly seek independent legal advice."
    },
    "awards": [
        {
            "id": "2016/S 159-287683-1",
            "title": "NHS Ayrshire & Arran",
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "2016/S 159-287683-2",
            "title": "NHS Lothian",
            "relatedLots": [
                "10"
            ]
        },
        {
            "id": "2016/S 159-287683-3",
            "title": "NHS Tayside",
            "relatedLots": [
                "11"
            ]
        },
        {
            "id": "2016/S 159-287683-4",
            "title": "Golden Jubilee Hospital (National Waiting Times Centre Board)",
            "relatedLots": [
                "12"
            ]
        },
        {
            "id": "2016/S 159-287683-5",
            "title": "NHS Borders",
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "2016/S 159-287683-6",
            "title": "NHS Dumfries & Galloway",
            "relatedLots": [
                "3"
            ]
        },
        {
            "id": "2016/S 159-287683-7",
            "title": "NHS Fife",
            "relatedLots": [
                "4"
            ]
        },
        {
            "id": "2016/S 159-287683-8",
            "title": "NHS Forth Valley",
            "relatedLots": [
                "5"
            ]
        },
        {
            "id": "2016/S 159-287683-9",
            "title": "NHS Grampian",
            "relatedLots": [
                "6"
            ]
        },
        {
            "id": "2016/S 159-287683-10",
            "title": "NHS Greater Glasgow & Clyde",
            "relatedLots": [
                "7"
            ]
        },
        {
            "id": "2016/S 159-287683-11",
            "title": "NHS Lanarkshire",
            "relatedLots": [
                "9"
            ]
        },
        {
            "id": "2016/S 159-287683-12",
            "title": "NHS Highland",
            "relatedLots": [
                "8"
            ]
        }
    ],
    "contracts": [
        {
            "id": "2016/S 159-287683-1",
            "awardID": "2016/S 159-287683-1",
            "title": "NHS Ayrshire & Arran",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "2016/S 159-287683-2",
            "awardID": "2016/S 159-287683-2",
            "title": "NHS Lothian",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "2016/S 159-287683-3",
            "awardID": "2016/S 159-287683-3",
            "title": "NHS Tayside",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "2016/S 159-287683-4",
            "awardID": "2016/S 159-287683-4",
            "title": "Golden Jubilee Hospital (National Waiting Times Centre Board)",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "2016/S 159-287683-5",
            "awardID": "2016/S 159-287683-5",
            "title": "NHS Borders",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "2016/S 159-287683-6",
            "awardID": "2016/S 159-287683-6",
            "title": "NHS Dumfries & Galloway",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "2016/S 159-287683-7",
            "awardID": "2016/S 159-287683-7",
            "title": "NHS Fife",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "2016/S 159-287683-8",
            "awardID": "2016/S 159-287683-8",
            "title": "NHS Forth Valley",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "2016/S 159-287683-9",
            "awardID": "2016/S 159-287683-9",
            "title": "NHS Grampian",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "2016/S 159-287683-10",
            "awardID": "2016/S 159-287683-10",
            "title": "NHS Greater Glasgow & Clyde",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "2016/S 159-287683-11",
            "awardID": "2016/S 159-287683-11",
            "title": "NHS Lanarkshire",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        },
        {
            "id": "2016/S 159-287683-12",
            "awardID": "2016/S 159-287683-12",
            "title": "NHS Highland",
            "status": "active",
            "dateSigned": "2017-05-01T00:00:00Z"
        }
    ],
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2016/S 159-287683"
        }
    ],
    "description": "Contract Award based on Level of Service to be determined by each Health Board. NHS Ayrshire & Arran - Lot 1 1. Fully Comprehensive Contract - Chubb Fire & Security Ltd 2. Standard Contract - Walker Fire UK Ltd 3. Inspection Only Contract - D & G Fire Protection . NHS Borders - Lot 2 1. Fully Comprehensive Contract - Chubb Fire & Security Ltd 2. Standard Contract - Walker Fire UK Ltd 3. Inspection Only Contract - Chubb Fire & Security Ltd . NHS Dumfries & Galloway - Lot 3 1. Fully Comprehensive Contract - Chubb Fire & Security Ltd 2. Standard Contract - Walker Fire UK Ltd 3. Inspection Only Contract - D & G Fire Protection . NHS Fife - Lot 4 1. Fully Comprehensive Contract - Chubb Fire & Security Ltd 2. Standard Contract - Walker Fire UK Ltd 3. Inspection Only Contract - D & G Fire Protection . NHS Forth Valley - Lot 5 1. Fully Comprehensive Contract - Chubb Fire & Security Ltd 2. Standard Contract - Walker Fire UK Ltd 3. Inspection Only Contract - Chubb Fire & Security Ltd . NHS Grampian - Lot 6 1. Fully Comprehensive Contract - Chubb Fire & Security Ltd 2. Standard Contract - Walker Fire UK Ltd 3. Inspection Only Contract - Chubb Fire & Security Ltd . NHS Greater Glasgow & Clyde - Lot 7 1. Fully Comprehensive Contract - Chubb Fire & Security Ltd 2. Standard Contract - Invincible Fire & Security Ltd 3. Inspection Only Contract - D & G Fire Protection Ltd . NHS Highland - Lot 8 1. Fully Comprehensive Contract - Chubb Fire & Security Ltd 2. Standard Contract - Walker Fire UK Ltd 3. Inspection Only Contract - Chubb Fire & Security Ltd . NHS Lanarkshire - Lot 9 1. Fully Comprehensive Contract - Chubb Fire & Security Ltd 2. Standard Contract - Walker Fire UK Ltd 3. Inspection Only Contract - D & G Fire Protection Ltd . NHS Lothian - Lot 10 1. Fully Comprehensive Contract - Chubb Fire & Security Ltd 2. Standard Contract - Walker Fire UK Ltd 3. Inspection Only Contract - D & G Fire Protection Ltd . NHS Tayside - Lot 11 1. Fully Comprehensive Contract - Chubb Fire & Security Ltd 2. Standard Contract - Walker Fire UK Ltd 3. Inspection Only Contract - Chubb Fire & Security Ltd . Golden Jubilee Hospital NWTC - Lot 12 1. Fully Comprehensive Contract - Chubb Fire & Security Ltd 2. Standard Contract - Walker Fire UK Ltd 3. Inspection Only Contract - D & G Fire Protection Ltd -------------------------------------------------------------------- (SC Ref:494053)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000451210"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice"
}