Award

MTC for Planned & Reactive Maintenance of Fire Fighting Equipment

WEST DUNBARTONSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

West Dunbartonshire Council is conducting a tender process titled "MTC for Planned & Reactive Maintenance of Fire Fighting Equipment" to source a qualified contractor for maintenance tasks, including annual inspections and service of fire fighting equipment across various properties in West Dunbartonshire, UK. This procurement has reached the award stage, with a value of £79,045 and was signed on 15th September 2017. Interested parties should note that the procurement method used is an open procedure, and the relevant item related to this contract falls under general public services within the service industry category.

This tender presents a lucrative opportunity for businesses providing fire safety or maintenance services, particularly SMEs with experience in fire protection systems. Contractors that can demonstrate compliance with health and safety standards, as well as those holding appropriate quality assurance certifications, would be well-suited to compete. The involvement of community benefits in the bidding process also implies that bidders who can offer additional social value may gain an advantage in their proposals, making this an ideal tender for socially responsible companies aiming to expand 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

MTC for Planned & Reactive Maintenance of Fire Fighting Equipment

Notice Description

West Dunbartonshire Council is seeking to appoint a suitably experienced contractor to undertake the following works- The works comprise the annual inspection, service and maintenance of hand Held Fire Fighting Equipment within properties throughout West Dunbartonshire Council. The Works also include the following : 1. Review and Maintenance of the Councils Asset register for all HHFFE including details of A. Details of equipment (type & Size) within each property including location (referenced to HHFFE building plans) B. Details of next inspection date for annual inspection and extended service date 2. the supply and fit of new fire safety signage as instructed. 3. Service and Maintenance of the Dry riser installations within WDC Properties. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7925. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Lot Information

Lot 1

West Dunbartonshire Council is seeking to appoint a suitably experienced contractor to undertake the following works- The works comprise the annual inspection, service and maintenance of hand Held Fire Fighting Equipment within properties throughout West Dunbartonshire Council. The Works also include the following : 1. Review and Maintenance of the Councils Asset register for all HHFFE including details of A. Details of equipment (type & Size) within each property including location (referenced to HHFFE building plans) B. Details of next inspection date for annual inspection and extended service date 2. the supply and fit of new fire safety signage as instructed. 3. Service and Maintenance of the Dry riser installations within WDC Properties. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7925. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Renewal: Includes up to 2 x 12 month extensions

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000495934
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP296155
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35111000 - Firefighting equipment

35111200 - Firefighting materials

35111300 - Fire extinguishers

35111320 - Portable fire-extinguishers

Notice Value(s)

Tender Value
£140,000 £100K-£500K
Lots Value
£140,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£79,045 Under £100K

Notice Dates

Publication Date
21 Sep 20178 years ago
Submission Deadline
23 Jun 2017Expired
Future Notice Date
Not specified
Award Date
15 Sep 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
2-4 years

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WEST DUNBARTONSHIRE COUNCIL
Contact Name
REBECCA HALL
Contact Email
rebecca.hall@west-dunbarton.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
DUMBARTON
Postcode
G82 3PU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM31 East Dunbartonshire and West Dunbartonshire
Delivery Location
TLM31 East Dunbartonshire and West Dunbartonshire, TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond

Local Authority
West Dunbartonshire
Electoral Ward
Dumbarton
Westminster Constituency
West Dunbartonshire

Supplier Information

Number of Suppliers
1
Supplier Name

M & S FIRE PROTECTION

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284638
    MTC for Planned & Reactive Maintenance of Fire Fighting Equipment - West Dunbartonshire Council is seeking to appoint a suitably experienced contractor to undertake the following works- The works comprise the annual inspection, service and maintenance of hand Held Fire Fighting Equipment within properties throughout West Dunbartonshire Council. The Works also include the following : 1. Review and Maintenance of the Councils Asset register for all HHFFE including details of A. Details of equipment (type & Size) within each property including location (referenced to HHFFE building plans) B. Details of next inspection date for annual inspection and extended service date 2. the supply and fit of new fire safety signage as instructed. 3. Service and Maintenance of the Dry riser installations within WDC Properties. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7925. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP296155
    MTC for Planned & Reactive Maintenance of Fire Fighting Equipment - West Dunbartonshire Council is seeking to appoint a suitably experienced contractor to undertake the following works- The works comprise the annual inspection, service and maintenance of hand Held Fire Fighting Equipment within properties throughout West Dunbartonshire Council. The Works also include the following : 1. Review and Maintenance of the Councils Asset register for all HHFFE including details of A. Details of equipment (type & Size) within each property including location (referenced to HHFFE building plans) B. Details of next inspection date for annual inspection and extended service date 2. the supply and fit of new fire safety signage as instructed. 3. Service and Maintenance of the Dry riser installations within WDC Properties. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7925. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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-r6ebe6-0000495934-2017-09-21T00:00:00Z",
    "date": "2017-09-21T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000495934",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-2",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "Garshake Road",
                "locality": "Dumbarton",
                "region": "UKM31",
                "postalCode": "G82 3PU"
            },
            "contactPoint": {
                "name": "REBECCA HALL",
                "email": "rebecca.hall@west-dunbarton.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.west-dunbarton.gov.uk"
            }
        },
        {
            "id": "org-85",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "Garshake Road",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 3PU"
            },
            "contactPoint": {
                "name": "REBECCA HALL",
                "email": "rebecca.hall@west-dunbarton.gov.uk",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.west-dunbarton.gov.uk"
            }
        },
        {
            "id": "org-86",
            "name": "M & S Fire Protection Ltd",
            "identifier": {
                "legalName": "M & S Fire Protection Ltd"
            },
            "address": {
                "streetAddress": "2 Hunter Road, Duchess Industrial Estate, Rutherglen",
                "locality": "Glasgow",
                "region": "UKM81",
                "postalCode": "G73 1LB"
            },
            "contactPoint": {
                "telephone": "+44 1416472121",
                "faxNumber": "+44 1416477444"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "West Dunbartonshire Council",
        "id": "org-85"
    },
    "tender": {
        "id": "1617-103",
        "title": "MTC for Planned & Reactive Maintenance of Fire Fighting Equipment",
        "description": "West Dunbartonshire Council is seeking to appoint a suitably experienced contractor to undertake the following works- The works comprise the annual inspection, service and maintenance of hand Held Fire Fighting Equipment within properties throughout West Dunbartonshire Council. The Works also include the following : 1. Review and Maintenance of the Councils Asset register for all HHFFE including details of A. Details of equipment (type & Size) within each property including location (referenced to HHFFE building plans) B. Details of next inspection date for annual inspection and extended service date 2. the supply and fit of new fire safety signage as instructed. 3. Service and Maintenance of the Dry riser installations within WDC Properties. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7925. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "35111000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35111300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35111320",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35111200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM31"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 140000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-06-23T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-06-23T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY284638",
                "documentType": "contractNotice",
                "title": "MTC for Planned & Reactive Maintenance of Fire Fighting Equipment",
                "description": "West Dunbartonshire Council is seeking to appoint a suitably experienced contractor to undertake the following works- The works comprise the annual inspection, service and maintenance of hand Held Fire Fighting Equipment within properties throughout West Dunbartonshire Council. The Works also include the following : 1. Review and Maintenance of the Councils Asset register for all HHFFE including details of A. Details of equipment (type & Size) within each property including location (referenced to HHFFE building plans) B. Details of next inspection date for annual inspection and extended service date 2. the supply and fit of new fire safety signage as instructed. 3. Service and Maintenance of the Dry riser installations within WDC Properties. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7925. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284638",
                "format": "text/html"
            },
            {
                "id": "SEP296155",
                "documentType": "awardNotice",
                "title": "MTC for Planned & Reactive Maintenance of Fire Fighting Equipment",
                "description": "West Dunbartonshire Council is seeking to appoint a suitably experienced contractor to undertake the following works- The works comprise the annual inspection, service and maintenance of hand Held Fire Fighting Equipment within properties throughout West Dunbartonshire Council. The Works also include the following : 1. Review and Maintenance of the Councils Asset register for all HHFFE including details of A. Details of equipment (type & Size) within each property including location (referenced to HHFFE building plans) B. Details of next inspection date for annual inspection and extended service date 2. the supply and fit of new fire safety signage as instructed. 3. Service and Maintenance of the Dry riser installations within WDC Properties. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7925. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP296155",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "West Dunbartonshire Council is seeking to appoint a suitably experienced contractor to undertake the following works- The works comprise the annual inspection, service and maintenance of hand Held Fire Fighting Equipment within properties throughout West Dunbartonshire Council. The Works also include the following : 1. Review and Maintenance of the Councils Asset register for all HHFFE including details of A. Details of equipment (type & Size) within each property including location (referenced to HHFFE building plans) B. Details of next inspection date for annual inspection and extended service date 2. the supply and fit of new fire safety signage as instructed. 3. Service and Maintenance of the Dry riser installations within WDC Properties. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7925. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343",
                "status": "complete",
                "value": {
                    "amount": 140000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Includes up to 2 x 12 month extensions"
                }
            }
        ],
        "bidOpening": {
            "date": "2017-06-23T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Tenderers are requested to confirm that they or the subcontractors they will use for the works are members of BAFE (British Approvals for Fire Equipment) or equivalent."
                },
                {
                    "type": "economic",
                    "minimum": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. With reference to ESPD questions: 4B.1,& 4B.2 Turnover - supplier must demonstrate and annual turnover for each of the two previous years of greater than two times the annual value of contract on offer est.30,000 GBP, therefore a turnover of 60,000 GBP is required 4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing . - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage. - (Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1. WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected. Insurance Q4B.5.1 -It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance listed below. - Employers Liability Insurance - 10 million GBP Q4B5.2 - Public and Product Liability Insurance - 10 million GBP each"
                },
                {
                    "type": "technical",
                    "description": "ESPD questions 4C.1, 4C2.1, 4C.8.1, 4C.8.2, 4C.10, 4D.1",
                    "minimum": "These question will be scored in line with \"Evaluation Methodology\" as detailed in WD01 however a minimum \"pass\" threshold of 2 acceptable(50%) must be achieved or the tenderer will have failed to meet the Councils requirements and therefore will not progress to stage 2 \"award criteria (Technical & Commercial envelopes) With reference to ESPD question 4C.1, bidders will be required to provide 2 examples in the last 5 years or similar value, that demonstrate that they have the relevant experience and capacity to deliver the work as detailed in the description of this Contract Notice and as detailed description of works within the Tender document and Specification uploaded within the general attachments area. Quality Assurance Schemes and Environmental Management Standards: The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "35111000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2-4 years"
        }
    },
    "language": "EN",
    "description": "Award against framework: The document entitled \"Supplier Certificates & additional Selection Criteria\" are all found in the general attachments area of PCS-T and should be completed and presented at the \"Request for Documentation\" stage on PCS-T. 1. WD04 Parent Company Guarantee (Only if Required) 2. WD05 Non Collusion Certificate 3. WD06 Health & Safety Questionnaire Reform (Only if Required) 4. WD07 Certificate of Non-Canvassing 5. WD08 FOI Declaration 6. WD09 WDC Financial Vetting Questionnaire 7. WD15 Police Scotland Checks The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender. With reference to information sharing with Police Scotland bidders are will be required to confirm acceptance to sharing company director's details at preferred bidder's status Minimum requirements to pass the qualification envelope, exclusion & selection criteria Discretionary Scored Questions - Shortlisting Qualification Envelope Questions These questions will be scored in line with the \"Evaluation Methodology\" detailed in WD01. Q4D.1 Mandatory Pass/Fail Question -Health & Safety 1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 2. The bidder can demonstrate an equivalent (Passing WDC's Health & Safety assessment questionnaire would demonstrate an equivalent ref WD06) Technical Envelope: The Technical Envelope contains several elements that will be required to be completed by Tenderers in order to be scored. The associated weighting for this overall section is 20%. Tenderers will also be asked to complete some questions with regards to work force matters, please note that these questions will not form part of the award criteria. The Council reserves the right to contact any or all of the companies provided in previous works examples to ascertain performance and visit their premises, candidates should ensure that companies listed would be willing to discuss the candidates performance with the Council. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. (SC Ref:512789)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000495934"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000495934"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "1617-108",
            "suppliers": [
                {
                    "id": "org-86",
                    "name": "M & S Fire Protection Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "1617-108",
            "awardID": "1617-108",
            "status": "active",
            "value": {
                "amount": 79045,
                "currency": "GBP"
            },
            "dateSigned": "2017-09-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "167",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "168",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "169",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "170",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "171",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}