Fire Alarm Maintenance and Fire Alarm Testing

A Tender Notice
by NHS GREATER GLASGOW AND CLYDE

Source
Find a Tender
Type
Framework (Services)
Duration
35.5 month
Value
___
Sector
DEFENCE
Published
29 Nov 2021
Delivery
To 20 Dec 2024 (est.)
Deadline
05 Jan 2022 12:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers

Description

The requirement is for a first generation board-wide framework for the maintenance and repairs of fire alarm systems and for fire alarm testing and repairs for NHS Greater Glasgow and Clyde region. The contract is for the routine (planned) maintenance and repairs to fire alarm systems located throughout the health board and for weekly testing of fire alarms and repairs within specific locations of the NHSGG&C area. The service contractor must provide 24/7, 365 day breakdown repair service for all requirements. The service contractor will be expected to provide expert advice to local Estates Managers on the maintenance and management of fire alarm services to the hospitals and partnerships.

Lot Division

1 Fire Alarm System Maintenance, Repairs and Periodic Testing for all system types including Closed and Open Protocol Systems within all locations throughout NHS GGC

The Contract shall comprise all inspections, routine servicing and maintenance; repair and / or replacement of parts identified during maintenance visits; call outs to reset the systems or to repair as necessary all to ensure the satisfactory operation of the fire detection and alarm systems within the locations across NHS GGC. The Contract shall be a testing and inspection, service, repair and maintenance and periodic testing contract. The inspection and servicing needs to be carried out in compliance with (BS 5839-1:2017) and (BS 7671:2018) by competent personnel with specialist knowledge of fire detection and alarm systems, including knowledge of the causes of false alarms, enough information regarding the systems, and adequate access to spares. These requirements shall be read in conjunction with relevant industry standards and legislation. It shall be a mandatory requirement that the Contractor shall be and shall remain a member of the BAFE SP203-1 Fire Detection and Alarm Systems scheme for the duration of the Contract

Award Criteria
Technical 50
price 50
2 Fire Alarm System Weekly Testing within selected locations of NHS GGC

NHSGG&C require weekly testing of fire alarms systems within selected locations which are situated across the geographical footprint of NHSGG&C. NHSGG&C reserve the right to add or remove properties as required. The contractor will be responsible for carrying out a weekly test of each location’s Fire Alarm (FA) system(s) to BS 5839 Part 1, 2017. At least one Manual Call Point (MCP) will need to be operated at each visit, to test the ability of the controlling equipment (FA Panel) to receive a signal and sound the alarm. MCPs must be tested on a cyclical basis, i.e. if there are 12 MCPs at a location, they must be sequentially tested over a 12-week period. After all MCPs have been tested on this basis, testing will resume from the start of the cycle and continue thereafter. It is the full responsibility of the contractor to provide all appropriate equipment required to carry out the weekly test for the type of system fitted at each location.

Award Criteria
Technical 30
price 70

CPV Codes

  • 50413200 - Repair and maintenance services of firefighting equipment
  • 31625200 - Fire-alarm systems
  • 31625100 - Fire-detection systems

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Financial restrictions apply.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Please note if any tenderer plans to use subcontractors to carry out part of the works; All subcontractors must adhere to all NHSGG&C requirements including the Mandatory and General Information stated or referenced in the Invitation to Tender (ITT) document. This means that ALL intended subcontractors must be noted at the time of tender submission and each subcontractor must also complete the SPD, and NHSGG&C Invitation to Tender (ITT) document. These subcontractor documents must be uploaded and submitted with the contractor submission. These documents can on found on PCS-T. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18655. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: A non scorable question will be added as per the guidance: ‘Bidders must demonstrate how they will meet each requirement set out in Document 13 and how any deviations will be remedied. Note, it is not sufficient to simply state adherence, bidders must provide sufficient evidence to allow the bid assessment team to be satisfied this requirement will be met. This may include but not limited to: procedures and protocols, staff responsibilities, previous experience, management information statistics’ The following question will be added to PCS-Tender and referenced to ITT Document 13: “The bidder is required to detail any social, economic and environmental benefits associated with contract performance during the contract term in the event of their appointment. If there will be no Community Benefits, the bidder should state this in the submission. If there will be Community Benefits, the Tender Submission should include a methodology/plan/statement as to how this will be delivered. (SC Ref:667452)

Reference

Domains