Notice Information
Notice Title
Supply, Servicing and Maintenance of Hand Held Fire Fighting Equipment
Notice Description
The contract shall encompass the annual inspection and service of Hand Held Fire Fighting Equipment and their associated maintenance/ repairs throughout the duration of the contract. In accordance with the Fire (Scotland) Act 2005 and Fire Safety (Scotland) Regulations 2006, the responsible person must manage general fire precautions including the provision of means to fight fire which, in the form of portable fire extinguishers, conform to British standard BS 5306-3:2017 (Fire extinguishing installations and equipment on premises, commissioning and maintenance of portable fire extinguishers, code of practice). This procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T). A one stage Open procedure was applied. Bidders self-certified their adherence to the conditions of participation via the SPD (Scotland) in PSC-T. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.
Lot Information
Lot 1
The contract shall encompass the annual inspection and service of Hand Held Fire Fighting Equipment and their associated maintenance/ repairs throughout the duration of the contract. In accordance with the Fire (Scotland) Act 2005 and Fire Safety (Scotland) Regulations 2006, the responsible person must manage general fire precautions including the provision of means to fight fire which, in the form of portable fire extinguishers, conform to British standard BS 5306-3:2017 (Fire extinguishing installations and equipment on premises, commissioning and maintenance of portable fire extinguishers, code of practice). Annual Inspection and Service - It shall be the responsibility of the Contractor to ensure that all properties are visited and inspection and services to all appliances are carried out, within a period not less than 10 months but not exceeding twelve months from the date of last service. The Contractor shall make all necessary arrangements for access to properties, which should be at a time convenient to the property users. At each property, the Contractor shall carry out for all portable fire extinguishers, the procedures for: - basic service (annually) - extended service (every 5 years) - overhaul and recharging All in strict compliance with and at frequencies detailed in BS 5306, Part 3.. 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.
Options: The Council reserves the right to spend up to 177,896 GBP (Excluding VAT) over the contract term should there be a requirement and budget is available. It should be noted this additional spend is not guaranteed.
Renewal: Up to 3 x 12 month extension periods at the discretion of the Council
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000718578
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR477361
- 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
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
50 - Repair and maintenance services
-
- CPV Codes
35111300 - Fire extinguishers
35111320 - Portable fire-extinguishers
39525400 - Fire blankets
50413200 - Repair and maintenance services of firefighting equipment
Notice Value(s)
- Tender Value
- £160,000 £100K-£500K
- Lots Value
- £160,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £160,000 £100K-£500K
Notice Dates
- Publication Date
- 28 Apr 20232 years ago
- Submission Deadline
- 10 Feb 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 26 Apr 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 3rd Quarter 2026
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST RENFREWSHIRE COUNCIL
- Contact Name
- Chris Turner
- Contact Email
- christurner@eastrenfrewshire.gov.uk
- Contact Phone
- +44 7587342868
Buyer Location
- Locality
- GIFFNOCK
- Postcode
- G46 6UG
- Post Town
- Glasgow
- 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
- East Renfrewshire
- Electoral Ward
- Giffnock and Thornliebank
- Westminster Constituency
- East Renfrewshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN468566
Supply, Servicing and Maintenance of Hand Held Fire Fighting Equipment - The contract shall encompass the annual inspection and service of Hand Held Fire Fighting Equipment and their associated maintenance/ repairs throughout the duration of the contract. This applies to all properties listed in Property list appended. In accordance with the Fire (Scotland) Act 2005 and Fire Safety (Scotland) Regulations 2006, the responsible person must manage general fire precautions including the provision of means to fight fire which, in the form of portable fire extinguishers, conform to British standard BS 5306-3:2017 (Fire extinguishing installations and equipment on premises, commissioning and maintenance of portable fire extinguishers, code of practice). This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR477361
Supply, Servicing and Maintenance of Hand Held Fire Fighting Equipment - The contract shall encompass the annual inspection and service of Hand Held Fire Fighting Equipment and their associated maintenance/ repairs throughout the duration of the contract. In accordance with the Fire (Scotland) Act 2005 and Fire Safety (Scotland) Regulations 2006, the responsible person must manage general fire precautions including the provision of means to fight fire which, in the form of portable fire extinguishers, conform to British standard BS 5306-3:2017 (Fire extinguishing installations and equipment on premises, commissioning and maintenance of portable fire extinguishers, code of practice). This procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T). A one stage Open procedure was applied. Bidders self-certified their adherence to the conditions of participation via the SPD (Scotland) in PSC-T. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000718578-2023-04-28T00:00:00Z",
"date": "2023-04-28T00:00:00Z",
"ocid": "ocds-r6ebe6-0000718578",
"initiationType": "tender",
"parties": [
{
"id": "org-127",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood Head Quarters, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG"
},
"contactPoint": {
"name": "Chris Turner",
"email": "christurner@eastrenfrewshire.gov.uk",
"telephone": "+44 7587342868",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.eastrenfrewshire.gov.uk"
}
},
{
"id": "org-128",
"name": "Paisley Sheriff Court",
"identifier": {
"legalName": "Paisley Sheriff Court"
},
"address": {
"locality": "Paisley",
"postalCode": "PA3 2HW"
},
"contactPoint": {
"email": "paisley@scotcourts.gov.uk",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-36",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood Head Quarters, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG"
},
"contactPoint": {
"name": "Chris Turner",
"email": "christurner@eastrenfrewshire.gov.uk",
"telephone": "+44 7587342868",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.eastrenfrewshire.gov.uk"
}
},
{
"id": "org-37",
"name": "Firepoint",
"identifier": {
"legalName": "Firepoint"
},
"address": {
"streetAddress": "37 Academy Street",
"locality": "Larkhall",
"region": "UKM95",
"postalCode": "ML9 2BJ"
},
"contactPoint": {
"telephone": "+44 1698881775",
"faxNumber": "+44 1698307077"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-38",
"name": "Paisley Sheriff Court",
"identifier": {
"legalName": "Paisley Sheriff Court"
},
"address": {
"locality": "Paisley",
"postalCode": "PA3 2HW"
},
"contactPoint": {
"email": "paisley@scotcourts.gov.uk",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "East Renfrewshire Council",
"id": "org-36"
},
"tender": {
"id": "ERC000126",
"title": "Supply, Servicing and Maintenance of Hand Held Fire Fighting Equipment",
"description": "The contract shall encompass the annual inspection and service of Hand Held Fire Fighting Equipment and their associated maintenance/ repairs throughout the duration of the contract. In accordance with the Fire (Scotland) Act 2005 and Fire Safety (Scotland) Regulations 2006, the responsible person must manage general fire precautions including the provision of means to fight fire which, in the form of portable fire extinguishers, conform to British standard BS 5306-3:2017 (Fire extinguishing installations and equipment on premises, commissioning and maintenance of portable fire extinguishers, code of practice). This procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T). A one stage Open procedure was applied. Bidders self-certified their adherence to the conditions of participation via the SPD (Scotland) in PSC-T. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "35111320",
"scheme": "CPV"
},
{
"id": "35111300",
"scheme": "CPV"
},
{
"id": "39525400",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 160000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2023-02-10T12:00:00Z"
},
"awardPeriod": {
"startDate": "2023-02-10T12:30:00Z"
},
"documents": [
{
"id": "JAN468566",
"documentType": "contractNotice",
"title": "Supply, Servicing and Maintenance of Hand Held Fire Fighting Equipment",
"description": "The contract shall encompass the annual inspection and service of Hand Held Fire Fighting Equipment and their associated maintenance/ repairs throughout the duration of the contract. This applies to all properties listed in Property list appended. In accordance with the Fire (Scotland) Act 2005 and Fire Safety (Scotland) Regulations 2006, the responsible person must manage general fire precautions including the provision of means to fight fire which, in the form of portable fire extinguishers, conform to British standard BS 5306-3:2017 (Fire extinguishing installations and equipment on premises, commissioning and maintenance of portable fire extinguishers, code of practice). This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN468566",
"format": "text/html"
},
{
"id": "APR477361",
"documentType": "awardNotice",
"title": "Supply, Servicing and Maintenance of Hand Held Fire Fighting Equipment",
"description": "The contract shall encompass the annual inspection and service of Hand Held Fire Fighting Equipment and their associated maintenance/ repairs throughout the duration of the contract. In accordance with the Fire (Scotland) Act 2005 and Fire Safety (Scotland) Regulations 2006, the responsible person must manage general fire precautions including the provision of means to fight fire which, in the form of portable fire extinguishers, conform to British standard BS 5306-3:2017 (Fire extinguishing installations and equipment on premises, commissioning and maintenance of portable fire extinguishers, code of practice). This procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T). A one stage Open procedure was applied. Bidders self-certified their adherence to the conditions of participation via the SPD (Scotland) in PSC-T. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR477361",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The contract shall encompass the annual inspection and service of Hand Held Fire Fighting Equipment and their associated maintenance/ repairs throughout the duration of the contract. In accordance with the Fire (Scotland) Act 2005 and Fire Safety (Scotland) Regulations 2006, the responsible person must manage general fire precautions including the provision of means to fight fire which, in the form of portable fire extinguishers, conform to British standard BS 5306-3:2017 (Fire extinguishing installations and equipment on premises, commissioning and maintenance of portable fire extinguishers, code of practice). Annual Inspection and Service - It shall be the responsibility of the Contractor to ensure that all properties are visited and inspection and services to all appliances are carried out, within a period not less than 10 months but not exceeding twelve months from the date of last service. The Contractor shall make all necessary arrangements for access to properties, which should be at a time convenient to the property users. At each property, the Contractor shall carry out for all portable fire extinguishers, the procedures for: - basic service (annually) - extended service (every 5 years) - overhaul and recharging All in strict compliance with and at frequencies detailed in BS 5306, Part 3.. 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.",
"status": "complete",
"value": {
"amount": 160000,
"currency": "GBP"
},
"options": {
"description": "The Council reserves the right to spend up to 177,896 GBP (Excluding VAT) over the contract term should there be a requirement and budget is available. It should be noted this additional spend is not guaranteed."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": true,
"renewal": {
"description": "Up to 3 x 12 month extension periods at the discretion of the Council"
}
}
],
"bidOpening": {
"date": "2023-02-10T12:30:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders must be members of the British Approvals for Fire Equipment or a suitably recognised equivalent. Bidders must confirm if they hold the particular authorisation or memberships."
},
{
"type": "economic",
"description": "The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant's economic and financial standing. East Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services. Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover and/or Credit Safe score of 30 that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form. The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents. Further detail is contained within the procurement documents. Bidders who cannot meet the required level of turnover will be excluded from this tender. 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 indicated below: Employer's (Compulsory) Liability Insurance = 5 million GBP Public/Products Liability Insurance 5 million GBP Third Party Motor Vehicle Insurance"
},
{
"type": "technical",
"description": "Selection criteria as stated in the procurement documents. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) OR A regularly reviewed and documented policy for Health and Safety management Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and this will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms. b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process. Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-08-10T00:00:00Z"
}
},
"classification": {
"id": "50413200",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "3rd Quarter 2026"
}
},
"language": "EN",
"description": "Lots are not being used for this tender for the reason(s) stated below: Nature of the contract not suitable for lots. Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice. The Council reserves the right to spend up to 177,896 GBP (Excluding VAT) over the contract term should there be a requirement and budget is available. It should be noted this additional spend is not guaranteed. (SC Ref:730649)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000718578"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000718578"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "ERC000126",
"suppliers": [
{
"id": "org-37",
"name": "Firepoint"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "ERC000126",
"awardID": "ERC000126",
"status": "active",
"value": {
"amount": 160000,
"currency": "GBP"
},
"dateSigned": "2023-04-26T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "91",
"measure": "bids",
"value": 7,
"relatedLot": "1"
},
{
"id": "92",
"measure": "smeBids",
"value": 7,
"relatedLot": "1"
},
{
"id": "93",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "94",
"measure": "foreignBidsFromNonEU",
"value": 7,
"relatedLot": "1"
},
{
"id": "95",
"measure": "electronicBids",
"value": 7,
"relatedLot": "1"
}
]
}
}