Award

Maintenance and Repairs of Fixed Firefighting Equipment and Smoke Control Systems.

RENFREWSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

Renfrewshire Council is conducting a public procurement for the "Maintenance and Repairs of Fixed Firefighting Equipment and Smoke Control Systems." This contract covers services for regular inspections, servicing, and emergency repairs of firefighting equipment across public buildings within the Renfrewshire Council area. The procurement process is currently active and has been initiated through an open procedure, with the tender submission deadline set for 29 April 2019. The estimated annual value of this contract ranges between £20,000 and £30,000, making it relevant to small and medium enterprises (SMEs) within the services industry.

This tender presents a significant opportunity for businesses specialising in firefighting equipment maintenance and servicing, particularly those with experience in emergency response repairs. Companies should have the capacity to meet specific insurance requirements and possess appropriate certifications in health and safety, quality, and environmental management. Bidders will also need to demonstrate relevant past project experiences and meet financial stability requirements, making this contract suitable for established firms or well-prepared SMEs looking to expand their service offerings in 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

Maintenance and Repairs of Fixed Firefighting Equipment and Smoke Control Systems.

Notice Description

The purpose of this contract is to allow the Council to employ a suitably experienced Contractor to carry out the regular Inspection and Servicing, along with Reactive and Emergency Repairs, to Fixed Firefighting Equipment (FFE) and Smoke Control Systems installed within the Councils public buildings.

Lot Information

Lot 1

The regular Inspection and Servicing, along with Reactive and Emergency Repairs, of Fixed Firefighting Equipment (FFE) and Smoke Control Systems installed within the Councils public buildings. In the context of this requirement FFE is defined as; ~ Dry Riser Systems ~ Sprinkler / Water Mist Systems ~ Gas Suppression Systems. The annual value of this contract is estimated to be in the region of 20,000.00 GBP to 30,000.00 GBP.

Renewal: The Council will have, at its sole discretion, the option to extend the contract for additional periods up to a maximum contract period of 5 years. The length of any extension periods applied will be determined by the Council but the total of the additional periods will not exceed 24 months.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000578191
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL358867
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

50 - Repair and maintenance services


CPV Codes

35110000 - Firefighting, rescue and safety equipment

35111500 - Fire suppression system

50413200 - Repair and maintenance services of firefighting equipment

50700000 - Repair and maintenance services of building installations

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£181,000 £100K-£500K

Notice Dates

Publication Date
1 Jul 20196 years ago
Submission Deadline
29 Apr 2019Expired
Future Notice Date
Not specified
Award Date
1 Jul 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
Further notices will be issued prior to the expiry of this contract. The actual contract expiry date will be dependent on whether the Council takes up the options to extend.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Brian Bradley, Kerri-Anne Ben Ammar
Contact Email
brian.bradley@renfrewshire.gov.uk, kerri-anne.stevenson@renfrewshire.gov.uk
Contact Phone
+44 1416184701, +44 1416185638

Buyer Location

Locality
PAISLEY
Postcode
PA1 1JB
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Renfrewshire
Electoral Ward
Paisley East and Central
Westminster Constituency
Paisley and Renfrewshire South

Supplier Information

Number of Suppliers
1
Supplier Name

EMTEC FIRE SYSTEMS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR350661
    Maintenance and Repairs of Fixed Firefighting Equipment and Smoke Control Systems. - The purpose of this contract is to allow the Council to employ a suitably experienced Contractor to carry out the regular Inspection and Servicing, along with Reactive and Emergency Repairs, to Fixed Firefighting Equipment (FFE) and Smoke Control Systems installed within the Councils public buildings.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL358867
    Maintenance and Repairs of Fixed Firefighting Equipment and Smoke Control Systems. - The purpose of this contract is to allow the Council to employ a suitably experienced Contractor to carry out the regular Inspection and Servicing, along with Reactive and Emergency Repairs, to Fixed Firefighting Equipment (FFE) and Smoke Control Systems installed within the Councils public buildings.

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-r6ebe6-0000578191-2019-07-01T00:00:00Z",
    "date": "2019-07-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000578191",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-66",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Brian Bradley",
                "email": "brian.bradley@renfrewshire.gov.uk",
                "telephone": "+44 1416185638",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "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.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-67",
            "name": "See VI.4.3 below",
            "identifier": {
                "legalName": "See VI.4.3 below"
            },
            "address": {
                "locality": "See VI.4.3 below"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-43",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Kerri-Anne Ben Ammar",
                "email": "kerri-anne.stevenson@renfrewshire.gov.uk",
                "telephone": "+44 1416184701",
                "faxNumber": "+44 1416187050",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-412",
            "name": "Emtec Fire Systems Limited",
            "identifier": {
                "legalName": "Emtec Fire Systems Limited"
            },
            "address": {
                "streetAddress": "29 Brandon Street",
                "locality": "Hamilton",
                "region": "UK",
                "postalCode": "ML3 6DA"
            },
            "contactPoint": {
                "telephone": "+44 1698808030",
                "faxNumber": "+44 1698808040"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-45",
            "name": "See VI.4.3 Below",
            "identifier": {
                "legalName": "See VI.4.3 Below"
            },
            "address": {
                "locality": "See VI.4.3 Below"
            },
            "contactPoint": {
                "url": "http://www.renfrewshire.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Renfrewshire Council",
        "id": "org-43"
    },
    "tender": {
        "id": "RC-CPU-17-136",
        "title": "Maintenance and Repairs of Fixed Firefighting Equipment and Smoke Control Systems.",
        "description": "The purpose of this contract is to allow the Council to employ a suitably experienced Contractor to carry out the regular Inspection and Servicing, along with Reactive and Emergency Repairs, to Fixed Firefighting Equipment (FFE) and Smoke Control Systems installed within the Councils public buildings.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "35110000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35111500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "All relevant properties within the boundary of the Renfrewshire Council area."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-04-29T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-04-29T14:00:00Z"
        },
        "documents": [
            {
                "id": "APR350661",
                "documentType": "contractNotice",
                "title": "Maintenance and Repairs of Fixed Firefighting Equipment and Smoke Control Systems.",
                "description": "The purpose of this contract is to allow the Council to employ a suitably experienced Contractor to carry out the regular Inspection and Servicing, along with Reactive and Emergency Repairs, to Fixed Firefighting Equipment (FFE) and Smoke Control Systems installed within the Councils public buildings.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR350661",
                "format": "text/html"
            },
            {
                "id": "JUL358867",
                "documentType": "awardNotice",
                "title": "Maintenance and Repairs of Fixed Firefighting Equipment and Smoke Control Systems.",
                "description": "The purpose of this contract is to allow the Council to employ a suitably experienced Contractor to carry out the regular Inspection and Servicing, along with Reactive and Emergency Repairs, to Fixed Firefighting Equipment (FFE) and Smoke Control Systems installed within the Councils public buildings.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL358867",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The regular Inspection and Servicing, along with Reactive and Emergency Repairs, of Fixed Firefighting Equipment (FFE) and Smoke Control Systems installed within the Councils public buildings. In the context of this requirement FFE is defined as; ~ Dry Riser Systems ~ Sprinkler / Water Mist Systems ~ Gas Suppression Systems. The annual value of this contract is estimated to be in the region of 20,000.00 GBP to 30,000.00 GBP.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council will have, at its sole discretion, the option to extend the contract for additional periods up to a maximum contract period of 5 years. The length of any extension periods applied will be determined by the Council but the total of the additional periods will not exceed 24 months."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-04-29T14:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Bidders will be required to state if any of the exclusion grounds as detailed within Regulation 8 of The Procurement (Scotland) Regulations 2016 apply to them. 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 (in the United Kingdom, the Bidder is a company registered with the Registrar of Companies). Bidders will be required to state if it is a requirement in the Bidder's country of establishment to hold a particular authorisation or membership of a particular organisation in order to be able to perform the service/works in question and, if so, specify which authorisation or membership is required and also indicate whether they have the required authorisation or membership."
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum \"general\" yearly turnover of GBP50,000.00 for the last 3 years. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were set up/started trading. Where a Bidder fails to meet the minimum financial turnover requirements in its own right but is a subsidiary of a group, the bidder must state if they are relying on a parent company guarantee (the parent company must meet the stipulated minimum financial requirements). The parent company guarantee will be in the form provided in the Tender Documentation (Appendix A1). Where a Bidder is applying as part of a consortium the collective annual turnover of all consortium members will be utilised in the overall assessment of annual turnover. Bidders will require to evidence the equivalent of a Dun and Bradstreet Failure Score of 20 or above. If a Bidder considers that the D&B Failure Score does not reflect their current financial status, the Bidder should give a detailed explanation and will be required to provide any relevant supporting independent evidence at request for documentation stage. Where the Bidder is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum D&B Failure Score (or equivalent) as a company, a parent company guarantee will be required. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation (Appendix A1). Where a Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they will be required to provide their audited financial accounts for the previous 2 years as part of the request for documentation stage in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Bidders must hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance - statutory minimum GBP5m each and every claim. Public Liability Insurance - minimum GBP10m each and every claim. Professional Indemnity Insurance - minimum GBP10m each and every claim with no bodily injury exclusion. Statutory Third Party Motor Vehicle Insurance.",
                    "minimum": "Minimum yearly turnover of GBP50,000.00 for the last 3 years. Minimum Dun and Bradstreet Failure Score of 20 (or equivalent). GBP5m Employer's (Compulsory) Liability Insurance. GBP10m Public Liability Insurance. GBP10m Professional Indemnity Insurance. Statutory Third Party Motor Vehicle Insurance."
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the works/services required under this contract. Bidders will be required to confirm their average annual manpower for the last three years and the number of managerial staff for the last three years. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the works/services required under this contract. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract (Where the Bidder intends to sub-contract more than 25% of any contract value to a single sub-contractor, a financial report will be carried out on the sub-contractor. The Council reserve the right to request one copy of all sub-contractors last 2 years audited accounts and details of significant changes since the last year end. The Council also reserve the right to reject the use of sub-contractors in relation to the contract, where they fail to meet the Council's minimum financial criteria). Bidders must have Health and Safety accreditation to BS OHSAS 18001 (or equivalent) or have a documented policy for Health and Safety Management, endorsed by the Chief Executive Officer or equivalent. Bidders must have Quality Management accreditation to BS EN ISO 9001 (or equivalent) or have a documented policy for Quality Management, endorsed by the Chief Executive Officer or equivalent. Bidders must have Environmental Management accreditation to BS EN ISO 14001 (or equivalent) or have a documented policy for Environmental Management, endorsed by the Chief Executive Officer or equivalent.",
                    "minimum": "Must have previous relevant experience. Must have appropriate numbers of staff and management to service this contract. Must have, or have access to, appropriate plant, tools and equipment. Must state if subcontractors are to be used. Must be accredited to BS OHSAS 18001 (or equivalent) or have an endorsed Health and Safety Policy. Must be accredited to BS EN ISO 9001 (or equivalent) or have an endorsed Quality Management Policy. Must be accredited to BS EN ISO 14001 (or equivalent) or have an endorsed Environmental Management Policy."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2019-08-27T00:00:00Z"
            }
        },
        "classification": {
            "id": "50700000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "Further notices will be issued prior to the expiry of this contract. The actual contract expiry date will be dependent on whether the Council takes up the options to extend."
        }
    },
    "language": "EN",
    "description": "The information on the value of the contract stated within point II.1.7 and point V.2.4 of this Award Notice is the maximum authorised contract value over the contract term and does not represent the value of any bids received. (SC Ref:589369)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000578191"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000578191"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "RC-CPU-17-136",
            "suppliers": [
                {
                    "id": "org-412",
                    "name": "Emtec Fire Systems Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "RC-CPU-17-136",
            "awardID": "RC-CPU-17-136",
            "status": "active",
            "value": {
                "amount": 181000,
                "currency": "GBP"
            },
            "dateSigned": "2019-07-01T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "805",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "806",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "807",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "808",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "809",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}