Construction Tenders

Sun May 19 2024

Related Information

Construction Contract Leads

North East

Category Services

Type

No. of Lots 5

Status Active

Published 20th Jul 2023

Tender Details
Referenceocds-h6vhtk-03e3af
Common Procurement VocabularyRepair and maintenance services of firefighting equipment
Procurement MethodOpen procedure
Value-
More Tenders »

North East

Category Services

Type

No. of Lots 5

Status Active

Published 20th Jul 2023

Tender Details
Referenceocds-h6vhtk-03e3af
Common Procurement VocabularyRepair and maintenance services of firefighting equipment
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Stockton-on-tees Borough Council

Municipal Buildings,Church Road

STOCKTON-ON-TEES

TS191SF

Contact

Karen Kreczak

Email

karen.kreczak [at] stockton.gov.uk

Telephone

+44 1642528510

Country

United Kingdom

NUTS code

UKC11 - Hartlepool and Stockton-on-Tees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.stockton.gov.uk/

I.1) Name and addresses

Darlington Borough Council

Darlington

Email

jackie.elliott [at] darlington.gov.uk

Country

United Kingdom

NUTS code

UKC - North East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.darlington.gov.uk/

I.1) Name and addresses

Hartlepool Borough Council

Hartlepool

Email

karen.cooper [at] hartlepool.gov.uk

Country

United Kingdom

NUTS code

UKC1 - Tees Valley and Durham

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.hartlepool.gov.uk/

I.1) Name and addresses

Redcar & Cleveland Borough Council

Redcar

Email

denise.boyle [at] redcar-cleveland.gov.uk

Country

United Kingdom

NUTS code

UKC1 - Tees Valley and Durham

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.redcar-cleveland.gov.uk/

I.1) Name and addresses

Middlesbrough Council

Middlesbrough

Email

neville_mackey [at] middlesbrough.gov.uk

Country

United Kingdom

NUTS code

UKC1 - Tees Valley and Durham

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.middlesbrough.gov.uk/

I.2) Information about joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert?advertId=d573d984-800e-ee11-8123-005056b64545&fromProjectDashboard=True

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=d573d984-800e-ee11-8123-005056b64545&fromProjectDashboard=True

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

TVSBC - FA - Servicing, Maintenance and Supply of Fire Extinguishers and Related Equipment

II.1.2) Main CPV code

  • 50413200 - Repair and maintenance services of firefighting equipment

II.1.3) Type of contract

Services

II.1.4) Short description

The Contract covers the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers as well as for the replacement of fire blankets and hose reels and the supply of various spare parts n establishments throughout the Tees Valley being Borough Councils of Hartlepool, Middlesbrough, Redcar & Cleveland, Stockton and Darlington.

Opportunity is being conducted through the NEPO etendering Portal

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lot 1 - Darlington Borough Council

Lot No

1

II.2.2) Additional CPV code(s)

  • 50413200 - Repair and maintenance services of firefighting equipment

II.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

II.2.4) Description of the procurement

The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers

The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts.

The Local Authorities within the Tees Valley are :

Lot 1 - Darlington Borough Council

Lot 2 - Hartlepool Borough Council

Lot 3 - Middlesbrough Borough Council

Lot 4 - Redcar & Cleveland Borough Council

Lot 5 - Stockton Borough Council

The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually.

The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time.

It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection.

As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held.

All items supplied to the Authority must comply with relevant legislations.

All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned.

All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge

All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user.

The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety.

All goods must be clearly labelled in accordance with current Government legislation.

The Contractor must have appropriate third party accreditation.

The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101.

The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls.

Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority.

Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice.

The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service.

The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use.

Servicing is required once yearly per each item.

All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked.

Small Parts include, but are not limited to:

Standard Safety Pin,

Discharge Hose 'O' Ring and Washers,

Healing Sealing 'O' Ring, Standard Head Cap Washer,

Anti-tamper Tag,

Glass Pressure Gauge Sticker

Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to:

CO2 Cartridge, 58gr/78gr

Re-pressurise

Standard Head Cap

Standard Extinguisher Hose

CO2 Horn

CO2 Hose and Horn

Valve and Siphon Tube

Valve Spring

Hose Nozzle

Valve Spindle Assembly

Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.

We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context.

Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot.

• Lot 1: Darlington Borough Council

• Lot 2: Hartlepool Borough Council

• Lot 3: Middlesbrough Council

• Lot 4: Redcar & Cleveland Borough Council

• Lot 5: Stockton-on-Tees Borough Council

Bidders can bid for more than one Lot.

These new contracts will commence on or before 1st December 2023

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2023

End date

30 November 2027

This contract is subject to renewal

Yes

Description of renewals

optional 2 x 24 months extension periods.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2) Description

II.2.1) Title

Lot 2 - Hartlepool Borough Council

Lot No

2

II.2.2) Additional CPV code(s)

  • 50413200 - Repair and maintenance services of firefighting equipment

II.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

II.2.4) Description of the procurement

The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers

The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts.

The Local Authorities within the Tees Valley are :

Lot 1 - Darlington Borough Council

Lot 2 - Hartlepool Borough Council

Lot 3 - Middlesbrough Borough Council

Lot 4 - Redcar & Cleveland Borough Council

Lot 5 - Stockton Borough Council

The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually.

The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time.

It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection.

As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held.

All items supplied to the Authority must comply with relevant legislations.

All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned.

All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge

All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user.

The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety.

All goods must be clearly labelled in accordance with current Government legislation.

The Contractor must have appropriate third party accreditation.

The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101.

The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls.

Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority.

Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice.

The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service.

The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use.

Servicing is required once yearly per each item.

All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked.

Small Parts include, but are not limited to:

Standard Safety Pin,

Discharge Hose 'O' Ring and Washers,

Healing Sealing 'O' Ring, Standard Head Cap Washer,

Anti-tamper Tag,

Glass Pressure Gauge Sticker

Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to:

CO2 Cartridge, 58gr/78gr

Re-pressurise

Standard Head Cap

Standard Extinguisher Hose

CO2 Horn

CO2 Hose and Horn

Valve and Siphon Tube

Valve Spring

Hose Nozzle

Valve Spindle Assembly

Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.

We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context.

Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot.

• Lot 1: Darlington Borough Council

• Lot 2: Hartlepool Borough Council

• Lot 3: Middlesbrough Council

• Lot 4: Redcar & Cleveland Borough Council

• Lot 5: Stockton-on-Tees Borough Council

Bidders can bid for more than one Lot.

These new contracts will commence on or before 1st December 2023

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2023

End date

30 November 2027

This contract is subject to renewal

Yes

Description of renewals

optional 2 x 24 months extension periods.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2) Description

II.2.1) Title

Lot 3 - Middlesbrough Council

Lot No

3

II.2.2) Additional CPV code(s)

  • 50413200 - Repair and maintenance services of firefighting equipment

II.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

II.2.4) Description of the procurement

The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers

The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts.

The Local Authorities within the Tees Valley are :

Lot 1 - Darlington Borough Council

Lot 2 - Hartlepool Borough Council

Lot 3 - Middlesbrough Borough Council

Lot 4 - Redcar & Cleveland Borough Council

Lot 5 - Stockton Borough Council

The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually.

The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time.

It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection.

As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held.

All items supplied to the Authority must comply with relevant legislations.

All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned.

All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge

All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user.

The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety.

All goods must be clearly labelled in accordance with current Government legislation.

The Contractor must have appropriate third party accreditation.

The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101.

The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls.

Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority.

Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice.

The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service.

The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use.

Servicing is required once yearly per each item.

All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked.

Small Parts include, but are not limited to:

Standard Safety Pin,

Discharge Hose 'O' Ring and Washers,

Healing Sealing 'O' Ring, Standard Head Cap Washer,

Anti-tamper Tag,

Glass Pressure Gauge Sticker

Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to:

CO2 Cartridge, 58gr/78gr

Re-pressurise

Standard Head Cap

Standard Extinguisher Hose

CO2 Horn

CO2 Hose and Horn

Valve and Siphon Tube

Valve Spring

Hose Nozzle

Valve Spindle Assembly

Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.

We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context.

Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot.

• Lot 1: Darlington Borough Council

• Lot 2: Hartlepool Borough Council

• Lot 3: Middlesbrough Council

• Lot 4: Redcar & Cleveland Borough Council

• Lot 5: Stockton-on-Tees Borough Council

Bidders can bid for more than one Lot.

These new contracts will commence on or before 1st December 2023

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2023

End date

30 November 2027

This contract is subject to renewal

Yes

Description of renewals

optional 2 x 24 months extension periods.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2) Description

II.2.1) Title

Lot 4 - Redcar and Cleveland Borough Council

Lot No

4

II.2.2) Additional CPV code(s)

  • 50413200 - Repair and maintenance services of firefighting equipment

II.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

II.2.4) Description of the procurement

The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers

The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts.

The Local Authorities within the Tees Valley are :

Lot 1 - Darlington Borough Council

Lot 2 - Hartlepool Borough Council

Lot 3 - Middlesbrough Borough Council

Lot 4 - Redcar & Cleveland Borough Council

Lot 5 - Stockton Borough Council

The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually.

The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time.

It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection.

As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held.

All items supplied to the Authority must comply with relevant legislations.

All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned.

All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge

All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user.

The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety.

All goods must be clearly labelled in accordance with current Government legislation.

The Contractor must have appropriate third party accreditation.

The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101.

The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls.

Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority.

Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice.

The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service.

The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use.

Servicing is required once yearly per each item.

All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked.

Small Parts include, but are not limited to:

Standard Safety Pin,

Discharge Hose 'O' Ring and Washers,

Healing Sealing 'O' Ring, Standard Head Cap Washer,

Anti-tamper Tag,

Glass Pressure Gauge Sticker

Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to:

CO2 Cartridge, 58gr/78gr

Re-pressurise

Standard Head Cap

Standard Extinguisher Hose

CO2 Horn

CO2 Hose and Horn

Valve and Siphon Tube

Valve Spring

Hose Nozzle

Valve Spindle Assembly

Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.

We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context.

Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot.

• Lot 1: Darlington Borough Council

• Lot 2: Hartlepool Borough Council

• Lot 3: Middlesbrough Council

• Lot 4: Redcar & Cleveland Borough Council

• Lot 5: Stockton-on-Tees Borough Council

Bidders can bid for more than one Lot.

These new contracts will commence on or before 1st December 2023

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2023

End date

30 November 2027

This contract is subject to renewal

Yes

Description of renewals

optional 2 x 24 months extension periods

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2) Description

II.2.1) Title

Lot 5 - Stockton-on-Tees Borough Council

Lot No

5

II.2.2) Additional CPV code(s)

  • 50413200 - Repair and maintenance services of firefighting equipment

II.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

II.2.4) Description of the procurement

The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers

The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts.

The Local Authorities within the Tees Valley are :

Lot 1 - Darlington Borough Council

Lot 2 - Hartlepool Borough Council

Lot 3 - Middlesbrough Borough Council

Lot 4 - Redcar & Cleveland Borough Council

Lot 5 - Stockton Borough Council

The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually.

The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time.

It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection.

As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held.

All items supplied to the Authority must comply with relevant legislations.

All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned.

All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge

All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user.

The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety.

All goods must be clearly labelled in accordance with current Government legislation.

The Contractor must have appropriate third party accreditation.

The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101.

The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls.

Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority.

Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice.

The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service.

The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use.

Servicing is required once yearly per each item.

All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked.

Small Parts include, but are not limited to:

Standard Safety Pin,

Discharge Hose 'O' Ring and Washers,

Healing Sealing 'O' Ring, Standard Head Cap Washer,

Anti-tamper Tag,

Glass Pressure Gauge Sticker

Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to:

CO2 Cartridge, 58gr/78gr

Re-pressurise

Standard Head Cap

Standard Extinguisher Hose

CO2 Horn

CO2 Hose and Horn

Valve and Siphon Tube

Valve Spring

Hose Nozzle

Valve Spindle Assembly

Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.

We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context.

Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot.

• Lot 1: Darlington Borough Council

• Lot 2: Hartlepool Borough Council

• Lot 3: Middlesbrough Council

• Lot 4: Redcar & Cleveland Borough Council

• Lot 5: Stockton-on-Tees Borough Council

Bidders can bid for more than one Lot.

These new contracts will commence on or before 1st December 2023

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2023

End date

30 November 2027

This contract is subject to renewal

Yes

Description of renewals

optional 2 x 24 months extension periods.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

30 August 2023

Local time

11:00am

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

30 August 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Stockton on Tees Borough Council

Municipal Buildings

STOCKTON-ON-TEES

Country

United Kingdom