fire systems maintenance

advertisement
Appendix 2 – Specification and Requirements
Servicing and Maintenance of Fire Systems and Fire Protection
Devices
Appendix 2 – Specification and Requirements ....................................................................... 1 Servicing and Maintenance of Fire Systems and Fire Protection Devices.............................. 1 1. INTRODUCTION AND BACKGROUND ................................................................... 3 2. AIM OF THE CONTRACT ........................................................................................ 3 3. PRELIMINARIES ...................................................................................................... 3 3.1 Health and Safety ............................................................................................ 3 3.2 CDM Requirements ......................................................................................... 4 3.3 Customer Care ................................................................................................ 4 3.4 Working in Occupied Homes ........................................................................... 5 3.5 Working with the Council ................................................................................. 5 3.6 Complaints ....................................................................................................... 5 3.7 General ............................................................................................................ 6 4. LOT 1 – FIRE ALARMS AND EMERGENCY LIGHTING ......................................... 6 4.1 Testing & Inspection Programme .................................................................... 6 4.2 Repairs identified at Inspection Point .............................................................. 7 4.3 Identification of Urgent Problems ..................................................................... 7 4.4 Repair Response Times .................................................................................. 8 4.5 Other Repairs .................................................................................................. 8 4.6 Helpdesk and Training ..................................................................................... 8 4.7 Installation of New Fire Alarm Systems ........................................................... 8 5. LOT 2 – FIRE PROTECTION DEVICES .................................................................. 9 5.1 Introduction and Scope of Work ...................................................................... 9 5.2 Faulty Systems ................................................................................................ 9 5.3 Fire Extinguisher Servicing ............................................................................ 10 5.4 Fire Hydrant Servicing ................................................................................... 10 5.5 Fire Blankets Maintenance ............................................................................ 10 5.6 Dry Riser Servicing ........................................................................................ 11 5.7 Bin Shed Sprinkler Systems .......................................................................... 11 5.8 Repairs identified at Inspection Point ............................................................ 12 5.9 Identification of Urgent Problems ................................................................... 12 5.10 Repair Response Times ................................................................................ 13 5.11 Other Repairs ................................................................................................ 13 6. LOT 3 – FIRE ALARMS, EMERGENCY LIGHTING AND FIRE PROTECTION
DEVICES ....................................................................................................................... 13 7. PERFORMANCE MANAGEMENT ......................................................................... 13 7.1 Record Management ..................................................................................... 13 7.2 Performance Management ............................................................................ 14 7.3 Key Performance Indicators .......................................................................... 14 Appendix 2 – Specification and Requirements
7.4 Data Collection .............................................................................................. 14 7.5 Contractor’s Quality Assurance ..................................................................... 14 7.6 Payments ....................................................................................................... 15 8. OTHER REQUIREMENTS ..................................................................................... 15 8.1 Social Value ................................................................................................... 15 8.2 Electronic Purchasing .................................................................................... 15 Appendix 1a – Key Performance Indicators – Lot 1 – Fire Alarms and Emergency
Lighting .......................................................................................................................... 17 Appendix 1b: Key Performance Indicators Lot 2 – Fire Protection Devices .................. 19 Appendix 1c – Key Performance Indicators Lot 3 - Fire Alarms, Emergency Lighting and
Fire Protection Devices .................................................................................................. 20 Appendix 2 – Data Collection ........................................................................................ 22 Appendix 3 – Oracle iSupplier ....................................................................................... 23 Appendix 4 – Technical Guidance, Fire Alarm Installations .......................................... 24 2
Appendix 2 – Specification and Requirements
1.
INTRODUCTION AND BACKGROUND
1.1
Thurrock Council has a housing stock of over 11,000 properties as a mixture of
dwellings including high rise, low rise and individual houses. This contract
establishes a contractor(s) to deliver the inspection, testing, maintenance and repair
of fire systems and fire protection devices, with potential to include replacements as
and when instructed by the Authorised Officer.
1.2
In responding to this opportunity, Contractors confirm that they can comply with the
relevant statutes and regulations current at the time of the selection process,
including as relevant, Gas Safety, Health and Safety, Control of Asbestos, COSHH,
Electricity at Work, Manual Handling and Personal Protective Equipment.
1.3
For avoidance of doubt, the term Authorised Officer refers in this specification to a
specific Thurrock Council officer who will be notified to the Contractor at
commencement of contract. The Authorised Officer will additionally provide the
Contractor details of a specified Technical Lead who will additionally be responsible
for day to day liaison with the Contractor.
2.
AIM OF THE CONTRACT
2.1
Overall, this Contract shall achieve fully operational fire systems and fire protection
devices across Thurrock housing’s properties with the option to include non-housing
properties, compliant with all relevant industry, manufacturers and safety standards.
Achievement of the aims will generally be measured by the Contractor’s performance
as set out in the Key Performance Indicators in Appendix 1 to this specification.
3.
PRELIMINARIES
3.1
Health and Safety
3.1.1
All Contractors are expected to fully comply with ALL health and safety legislation.
All new operatives shall be formally trained in the safe use of all tools and
Contractors shall ensure that their operatives have the correct equipment including
personal protective equipment.
Full training and assessment records of all
operatives must be kept in an acceptable manner. Important safety precautions
include:
3.1.2
The Contractor and all persons (including sub-Contractors) employed by him on the
work shall comply fully with the Health and Safety at Work Act 1974 and all
appropriate enactment’s which are relevant statutory provisions under that Act and
with all other relevant safety requirements and with appropriate codes of practice and
Health and Safety Executives Good Practice Guidance Notes.
3.1.3
The Contractor shall provide all necessary equipment and safe provision for power to
the works.
3.1.4
Unless explicitly agreed by the Council’s Authorised Officer, the Contractor will not be
allowed to use the existing dwellings and their services and amenities. This shall
apply irrespective of any permission and/or arrangements given or made between the
Contractor and the customer at the dwelling.
3.1.5 Under the Control of Asbestos Regulations 2006, the Contractor is expected, where
Asbestos Containing Materials (ACMs) are discovered, to stop works immediately
and notify the Council’s Authorised Officer without delay so corrective action can be
3
Appendix 2 – Specification and Requirements
taken. Under no circumstances shall any ACM be removed or disturbed, the
requirement on the Contractor shall be to provide appropriate feedback immediately.
3.1.6 In the furtherance of operative safety, the Contractor shall presume that there will be
a presence of asbestos containing materials forming some constituent part of
appliances and plant room unless evidenced to the contrary.
3.2
CDM Requirements
3.2.1
Where Contracts are notifiable under CDM the Client shall appoint the CDM coordinator in line with current CDM regulations.
3.3
Customer Care
3.3.1
Thurrock have an excellent reputation for customer service, and aim to maintain this
by working in partnership with their Contractors.
3.3.2
In order to achieve this, the Contractor shall follow best practice principles in their
contact with residents regarding work to be completed in their block. The following
list provides examples of these principles, but is not exhaustive.
3.3.3
3.3.4
•
All communication (e.g. letters) must be easy to understand and identify who is
the contact (name, address, telephone number etc.);
•
All workers must wear identity cards at all times;
•
The resident’s permission must be sought before the Contractor (or anyone
acting for him) works/inspects etc. within the curtilage of the property or on the
property itself; and
•
All workers will act as quietly as possible and take steps to minimise disruption to
residents
•
Work will take place in resident’s homes or within communal areas between the
hours of 8am to 6pm.
Where the work also needs access to residents’ homes, the Contractor shall comply
with the following additional requirements:
•
Residents must be treated with respect and in a friendly and courteous manner;
•
At all stages the resident must be consulted about the work. For example, in
making appointments to service gas appliances, making arrangements for the
work to be done and deciding whether a satisfactory job has been done.
•
The prescribed level of supervision by the Contractor must be guaranteed and, at
an individual level, both client and Contractor representatives must establish
good working relationships, understanding each other’s requirements.
In the interests of safeguarding all, employees should not have unsupervised. Access
to children (under the age of 18) or vulnerable adults and it is important that the
resident/householder maintains responsibility for supervision of persons on site
during the works. Contractors are not permitted to work in premises occupied by
persons of under the age of 18 unless supervised by a member of the household of
at least 18 years of age. Where this supervision is not in place, the operatives must
withdraw from site immediately until adequate supervision is reinstated, record any
delays, and report to the Council’s Authorised Officer If the Contractor has any
4
Appendix 2 – Specification and Requirements
further concerns, including the behaviour of the resident/householder, they should
report these immediately to the Employer’s representative.
3.4
Working in Occupied Homes
3.4.1
Where the work is taking place in homes which are lived in whilst the work is carried
out the Contractor must ensure that the workforce engaged in this contract (including
sub-Contractors where used) adopt a high standard of customer care at all times. In
addition to the customer service requirements set out, all staff must adhere to the
following rules as a minimum:
•
The use of radios for site entertainment is not permitted;
•
Use of offensive or abusive language will not be tolerated;
•
All residents must be treated with proper respect and in particular the
requirements of the elderly and those with special needs
•
The Contractor shall prohibit staff from smoking or using any of the residents
welfare facilities (WC, sink etc.) whilst attending any property; and
•
All staff will be required to be properly and presentably dressed in appropriate
work-wear to the satisfaction of the Council’s Authorised Officer.
3.4.2 The Contractor must treat the property of the customer with respect. Specifically, it
shall be brought to the Contractor’s notice that he shall be working around customer’s
own white goods in confined areas and the therefore must make all attempts to
minimise disruption and damage. The Contractor shall be liable for any damage he
causes to the Resident’s own property by act or failure to act as appropriate.
3.4.3 The Contractor will ensure that all residents have equal access to the service
regardless of vulnerability or diversity. Thurrock will require formal acknowledgement
that all operatives have undertaken recognised training with regard to Equality and
Diversity
3.4.4 Where necessary, dust sheets must be provided and used to minimise the impact of
any works to the Resident’s property.
3.4.5 The Contractor, any workers, or sub-Contractors must not make any comment or
pass opinions relating to housing maintenance/servicing decision or Council Policy.
Any queries about such a decision should be referred to the Council’s Authorised
Officer.
3.4.6
Where access to occupied homes is necessary the Contractor will be required to
provide an appointments system (subject to approval by the Council) in order that the
appointment may be arranged.
3.5
Working with the Council
3.5.1
The Contractor shall deliver this service with the Council in a way that embodies the
spirit of partnership.
3.5.2
The Council’s “Authorised Officer” shall provide the overall client management
element of the contract. The Contract Administrator will provide the day-to-day
liaison in terms of instruction, variation and data collection.
3.6
Complaints
3.6.1
The Contractor shall put in place a complaints system that is compatible with the
Council’s Complaints Procedure, details of which are available at
5
Appendix 2 – Specification and Requirements
https://www.thurrock.gov.uk/complaints-procedure/how-to-complain.
Details of
complaints and the remedial action where appropriate shall be shared with the
Council’s Authorised Officer at the performance meetings.
3.7
General
3.7.1
The Contractor shall not and he shall ensure that his staff do not unlawfully remove
any article or thing from any Site or from any of the Council's premises whether the
property of the Council or of its employees, agents or sub-contractors, or of any other
persons.
3.7.2
The Contractor shall ensure that at all times the Authorised Officer or a duly
authorised Deputy is contactable by the Council and who will inform the Council
promptly of any act or omission of the Council or the Contractor which will prevent or
hinder the Contractor from complying with the requirements of this contract.
3.7.4
The Contractor shall observe and shall ensure that his employees observe the
security of all Sites
4.
LOT 1 – FIRE ALARMS AND EMERGENCY LIGHTING
4.1
Testing & Inspection Programme
4.1.1
The equipment to be serviced and installed is Fire Alarm and Emergency Lighting
Systems, as applicable, in accordance with the requirement of BS-EN 5839: Pt 1:
2013 + Amendments, BS-EN 50172:2004, BS-EN 5266-8:2004 and BS 5266: Pt 1:
2011 respectively, any updates to these during the term of the contract, and all
associated Codes of Practice.
4.1.2
Details of the premises and equipment to be included within this contract are
contained in Appendix 4a – Lot 1 Fire Alarms and Emergency Lighting Pricing
Schedule.
4.1.3
The Contractor shall carry out quarterly Inspection and Testing of Fire Alarm
Systems in all premises as listed in the pricing schedule, and a carry out a Wiring
Check of all cables comprising the Fire Alarm System in accordance with the
requirements of BS 5839: Pt 1: 2013 + Amendments, and any updates to this during
the term of the contract.
4.1.4
The Contractor shall carry out quarterly Inspection and testing of Emergency Lighting
Systems in all premises as listed in the pricing schedule, and carry out a wiring check
of all cables comprising the emergency lighting system in accordance with the
requirements of BS EN 50172: 2004 and any updates to this during the term of the
contract.
4.1.5
Following quarterly inspections, the Contractor shall provide copies of the inspection
reports and test certificates to the Authorised Officer. Submission of reports shall be
in accordance with the requirements set out in this specification regarding Section
7.1 Record Management and 7.6 Payments.
4.1.6
Where specifically requested by the Authorised Officer, the servicing of systems shall
be completed concurrently with any necessary repairs prior to the scheduled
servicing date.
4.1.7
The testing and inspection of fire alarms shall include the replacement of the fire
alarm battery on an annual basis. The first replacement shall take place during the
first quarter’s inspection. Once the first quarter’s inspection and battery replacement
6
Appendix 2 – Specification and Requirements
has taken place, no further sum will be payable either for callout or materials during
the term of this contract.
4.2
Repairs identified at Inspection Point
4.2.1
In order to deliver best value, any minor repairs identified at the point of inspection
and servicing that are valued up to £100 excluding VAT (as a total including materials
and labour at the price detailed in the schedule of rates) shall be completed
immediately without further recourse to the Authorised Officer. For clarity, no further
charge will be accepted for travelling time and vehicle expense where repairs take
place during testing.
4.2.2
In the event that remedial works are valued (as a total including materials and labour)
above £100 excluding VAT, details shall be provided to the Authorised Officer for
authorisation. No work shall be carried out prior to receiving the Authorised Officer’s
written authorisation. Once agreed, the Contractor shall complete the repair within
one week.
4.2.3
The Contractor shall ensure that all engineers maintain a stock of suitable spares to
cover minor repairs valued up to £100 excluding VAT to enable the systems to be
repaired and left operational without further need to secure parts.
4.3
Identification of Urgent Problems
4.3.1
Should the result of the inspection indicate an urgent problem, the Contractor should
follow the relevant protocol below. In all cases, the decision of the Authorised Officer
will be final.
Potentially Dangerous Situations
4.3.1.1 If the Contractor identifies the problem they shall provide a detailed report
covering the issues to the Authorised Officer the same working day. The
Authorised Officer will determine whether replacement is necessary.
4.3.1.2 Where the Authorised Officer becomes aware of a potentially dangerous
situation they will instruct the Contractor to provide the detailed report on the
issues within 24 hours of notification.
Systems Considered Beyond Repair
4.3.1.3 If, in the opinion of the Contractor, an item of equipment is considered to be
beyond economical repair a written report must be submitted to the
Authorised Officer within one week. The Authorised Officer will determine the
action to be taken.
Where Plant is Becoming Obsolete
4.3.1.4 If the Contractor identifies any item of equipment as becoming obsolete and
requiring complete renewal or overhaul, or the equipment is likely to fail prior
to the next annual service outside the terms of this contract, the Contractor
shall submit to the Authorised Officer a separate report with an estimate of
the cost of the complete renewals or overhauls considered to be necessary
within one week of the inspection.
7
Appendix 2 – Specification and Requirements
4.4
Repair Response Times
4.4.1
Repairs will be ordered by the Authorised Officer. Typically repairs will be issued
using one of the following priorities:
Priority
Emergency Normal
Hours and Out of
Hours
Response Time
6 Hours
Details/Access Arrangements
Orders issued on this priority in Normal Hours will be
passed to the Contractor by ‘phone followed by a
confirmation order.
Where Emergency Out of Hours work is required,
which will normally be for security / safety issues,
orders will be passed to the Contractor by phone and
the Contractor will be required to submit details of the
repair to the client on the next available working day,
following which a confirmation order will be released
Urgent
7 Calendar Days
Where orders are issued on this priority and access is
required the Contractor is required to make access
arrangements with the relevant person and complete
the repair within 7 calendar days.
4.5
Other Repairs
4.5.1
The Contractor is to provide a cost to attend site including the first hour’s labour plus
additional hourly rate charges for both Normal Working Hours and outside of Normal
Working Hours inclusive of small plant and tools and percentage uplift on materials
required to complete the job. Please note the Council reserve the right to request
invoices to validate the cost of materials.
4.5.2
Over the life of the Contract the Council reserve the right to introduce a schedule of
rates or move to an all-inclusive model for repairs and maintenance.
4.6
Helpdesk and Training
4.6.1
The Contractor to provide 24/7 access to help desk facility where immediate remote
assistance can be provided over the phone by senior engineers, if remote assistance
does not fully resolve the issue, an on-call engineer will be despatched and will be
paid a call-out rate in line with Section 4.5.1 above.
4.6.2
In order to help reduce the number of calls / call-outs the Contractor is required to
provide training for relevant Council staff on fire-panel re-setting as instructed by the
Authorised Officer.
4.7
Installation of New Fire Alarm Systems
4.7.1
The provision of warning to occupants in case of fire is a legal requirement, however,
the cost and complexity of a system can vary greatly and therefore both capital and
‘whole life’ maintenance costs need to be considered. The addition of Automatic Fire
Detection (AFD) can also have benefits in respect to life safety, valuable property
protection and in some case assist in offsetting physical conditions in respect to
Means of Escape. When replacing systems the Council will consider the option for
remote dial-in facilities to check on the status of the fire-panels and re-set remotely
where applicable.
4.7.2
The Council currently does not have a specific programme of replacement for fire
alarm systems within the borough, and it is therefore likely that replacements will be
8
Appendix 2 – Specification and Requirements
scheduled only when equipment has either failed, or is coming to the end of its useful
life. At this point the Authorised Officer will ask the Contractor to either:
a) Secure competitive quotes for the supply of a make/model of equipment
specified by the Council; or
b) Offer an agreed number of options for supply of the solution to the general
outcome requirements as set by the Council.
Labour rates and expenses will be quoted in accordance with the Schedule of Rates.
4.7.3
Appendix 4: Technical Guidance, Fire Alarm Installations - contains information that
will be of assistance and is generally considered good practice. It is to be regarded
as a general statement of requirements and is in addition to, any other instructions
received from the Local Fire or Building Control Authorities.
5.
LOT 2 – FIRE PROTECTION DEVICES
5.1
Introduction and Scope of Work
5.1.1
The work covered by Lot 2 is summarised in Appendix 4b – Lot 2 Fire Protection
Devices Pricing Schedule and applies to housing properties, with optional nonhousing properties included as a discretionary extra which is not guaranteed by the
Council. The actual equipment to be serviced, and its location may change during
the term of the contract, but will be contained within buildings owned by Thurrock
Council.
5.1.2
If it is deemed necessary by the Contract Administrator for the need for a permit to be
issued before any work is undertaken on a system, the contractor shall ensure
compliance with the permit to work system as employed by the contract
administrator. In addition to the above, a general permit to work is in operation and
contractor shall ensure compliance.
5.1.3
The service and repairs contract are under the categories below.
•
Annual wet testing of dry riser mains and twice a year visual checks of inlets,
landing valves, drain valves, door hinges and locking arrangements to inlet
and landing valve boxes.
•
Fire hydrants testing, servicing and repairs.
•
Fire extinguishing appliances servicing and repairs.
•
Automatic water sprinkler systems.
•
Fire blankets checks and replacement.
5.1.4
All works shall be carried out in accordance with the relevant British Standards,
Regulations, Acts and Manufacturers Recommendations, and where manufacturer’s
instructions exceed the requirements of this document they shall be adhered to in
their entirety.
5.1.5
The Contractor shall ensure that all engineers employed to carry out this work are
BAFE registered.
5.2
Faulty Systems
5.2.1
Where systems are found to be defective the faulty component shall be replaced
immediately if possible. Where a replacement is not immediately available or
9
Appendix 2 – Specification and Requirements
possible an “Out of Order” notice shall be attached to the faulty component. The
Contractor shall inform the Authorised Officer as soon as possible and in any event
by the next working day. Arrangements shall then be made as soon as possible to
reinstate operation.
5.3
Fire Extinguisher Servicing
5.3.1
The basic service shall include the following:
•
Visually inspect the fire extinguisher for corrosion and damage.
•
Check extinguisher has not been used by checking safety pin and tamper
seal are in place and pressure gauge reading.
•
Check operating instructions on extinguisher are clear and legible.
•
Remove discharge hose and check for blockages and corrosion. Please note
‘O’ ring must be replaced.
•
Weigh the extinguisher and record on the service label. If there is more than
10% weight loss, investigate and recharge.
•
Wipe down extinguisher.
•
Ensure that the wall mountings are secure and in good condition before
replacing the appliance back on the wall.
5.3.2
Pressurised foam, water, powder and wet chemical extinguishers requiring five yearly
extended services shall be subjected to a more detailed examination by the
Contractor including a test discharge and subsequent recharging. The Contractor
shall include on their reports number and details of extinguisher(s) requiring
extended service during the next annual visit.
5.4
Fire Hydrant Servicing
5.4.1
The Contractor shall maintain fire hydrants in accordance with BS 9990: 2006. A
Flow rates of 25 litres per second are to be achieved from all hydrants.
5.42
During the inspection and tests the condition of the following should be checked and
any remedial works required noted.
•
Pits.
•
Frames.
•
Covers.
•
Surface paving round edges of frames.
•
Depth of outlet below the frame which should be no more than 300mm below
ground level.
•
Method of indication by means of hydrant indicator plate or sticker.
•
Ensure there are no obstructions impeding access.
•
Records of inspection and tests are to be recorded on annual hydrant test
records in a format to be agreed with Thurrock.
5.5
Fire Blankets Maintenance
5.5.1
The Contractor shall carry out annual maintenance of fire blankets in accordance
with BS EN 1869. A service visit shall include the following as a minimum:
10
Appendix 2 – Specification and Requirements
•
Examine container for damage that may impair the safe operation of fire
blanket.
•
Check operating instructions for correctness and legibility.
•
Check that fire blanket is wall mounted ensuring that the hand hold devices
are readily and easily deployed when required.
•
Check age of the fire blanket.
•
Check blanket is able to be easily released from the container as the
manufacturer intended by following the operating instructions.
•
Visually inspect blanket for previous use and damage.
•
Reassemble blanket in accordance with the folding instructions of blanket
manufacturer.
•
Complete details on the maintenance label.
•
Provide report on the state of maintenance of the fire blanket.
5.6
Dry Riser Servicing
5.6.1
In accordance with BS 9990: 2006 – Code of Practice for non-automatic fire fighting
systems in buildings, the Contractor shall ensure that dry risers undergo an annual
static pressure test and inspection and a six monthly visual inspection. During
the annual static pressure test, riser shall be subjected to 10 bar pressure and should
be held for 15 minutes.
5.6.2
The inspection will include inlets, landing valves, drain valves, door hinges and
locking arrangements to inlet and landing valves and automatic air vents. Any furring
or corrosion shall be included in report.
5.7
Bin Shed Sprinkler Systems
5.7.1
In accordance with BS EN 12845:2004 Fixed firefighting systems- automatic sprinkler
systems design, installation and maintenance plus Technical Bulletins, the Contractor
shall undertake six monthly maintenance visits of bin shed sprinkler systems.
5.7.2
Maintenance shall include the following:
•
Check lagging to pipe work where applicable.
•
Check sprinkler heads and smoke detectors for dirt, corrosion or damage.
Clean or replace as necessary.
•
Check pipe work for leaks
•
Check hangers and supports.
•
Check for corrosion.
•
Check pressure gauges, power supply, beacons, flow switches and ensure
alarm is operational.
•
Systems of dry pipe design shall be tested using test key on alarm panel.
•
Reset system to operational readiness.
•
Vacuum smoke detector to remove dust and dirt to prevent nuisance alarms.
11
Appendix 2 – Specification and Requirements
5.8
Repairs identified at Inspection Point
5.8.1
In order to deliver best value, any minor repairs identified at the point of inspection
and servicing that are valued up to £100 excluding VAT (as a total including materials
and labour at the price detailed in the schedule of rates) shall be completed
immediately without further recourse to the Authorised Officer. For clarity, no further
charge will be accepted for travelling time and vehicle expense where repairs take
place during testing.
5.8.2
In the event that remedial works are valued (as a total including materials and labour)
above £100 excluding VAT, details shall be provided to the Authorised Officer for
authorisation. No work shall be carried out prior to receiving the Authorised Officer’s
written authorisation. Once agreed, the Contractor shall complete the repair within
one week.
5.8.3
The Contractor shall ensure that all engineers maintain a stock of suitable spares to
cover minor repairs valued up to £100 excluding VAT to enable the systems to be
repaired and left operational without further need to secure parts.
5.9
Identification of Urgent Problems
5.9.1
Should the result of the inspection indicate an urgent problem, the Contractor should
follow the relevant protocol below. In all cases, the decision of the Authorised Officer
will be final.
Potentially Dangerous Situations
5.9.1.1 If the Contractor identifies the problem they shall provide a detailed report
covering the issues to the Authorised Officer the same working day. The
Authorised Officer will determine whether replacement is necessary.
5.9.1.2 Where the Authorised Officer becomes aware of a potentially dangerous
situation they will instruct the Contractor to provide the detailed report on the
issues within 24 hours of notification
Systems Considered Beyond Repair
5.9.1.3 If, in the opinion of the Contractor, an item of equipment is considered to be
beyond economical repair a written report must be submitted to the
Authorised Officer within one week. The Authorised Officer will determine the
action to be taken.
Where Plant is Becoming Obsolete
5.9.1.4 If the Contractor identifies any item of equipment as becoming obsolete and
requiring complete renewal or overhaul, or the equipment is likely to fail prior
to the next annual service outside the terms of this contract, the Contractor
shall submit to the Authorised Officer a separate report with an estimate of
the cost of the complete renewals or overhauls considered to be necessary
within one week of the inspection.
12
Appendix 2 – Specification and Requirements
5.10
Repair Response Times
5.10.1 Repairs will be ordered by the Authorised Officer. Typically repairs will be issued
using one of the following priorities:
Priority
Emergency Normal
Hours and Out of
Hours
Response Time
6 Hours
Details/Access Arrangements
Orders issued on this priority in Normal Hours will be
passed to the Contractor by ‘phone followed by a
confirmation order.
Where Emergency Out of Hours work is required,
which will normally be for security / safety issues,
orders will be passed to the Contractor by phone and
the Contractor will be required to submit details of the
repair to the client on the next available working day,
following which a confirmation order will be released
Urgent
5.11
7 Calendar Days
Where orders are issued on this priority and access is
required the Contractor is required to make access
arrangements with the relevant person and complete
the repair within 7 calendar days.
Other Repairs
5.11.1 The Contractor is to provide a cost to attend site including the first hour’s labour plus
additional hourly rate charges for both Normal Working Hours and outside of Normal
Working Hours inclusive of small plant and tools and percentage uplift on materials
required to complete the job. Please note the Council reserve the right to request
invoices to validate the cost of materials.
5.11.2 Over the life of the Contract the Council reserve the right to introduce a schedule of
rates or move to an all-inclusive model for repairs and maintenance.
6.
LOT 3 – FIRE ALARMS, EMERGENCY LIGHTING AND FIRE PROTECTION
DEVICES
6.1
The requirement for Lot 3 – Fire Alarms, Emergency Lighting and Fire Protection
Devices encompasses the requirements detailed with Section 4 – Lot 1 – Fire Alarms
and Emergency Lighting and Section 5 – Lot 2 – Fire Protection devices.
6.2
Details of the premises and equipment to be included within this contract are
contained in Appendix 4c – Lot 3 Fire Alarms, Emergency Lighting and Fire
Protection Devices Pricing Schedule.
7.
PERFORMANCE MANAGEMENT
7.1
Record Management
7.1.1
Provision of accurate up-to-date records is a key element of contract performance
and the Council’s ability to ensure that maintenance has been carried out within
timescales and to best industry practice, and, where appropriate, in compliance with
any relevant statutory legislation. As such the Contractor shall ensure that all entries
under quantity on the pricing schedules shall be verified during the first
inspection/service of the contract period and any discrepancies made known, in
writing, to the Authorised Officer.
13
Appendix 2 – Specification and Requirements
7.1.2
The Contractor shall therefore provide and maintain the following records:
7.1.2.1 Full details of Council appliances installed at each of their clients' premises.
All completed Test Certificates will be returned to the Authorised Officer. Test
certificates should be in accordance with BS 5839: Pt: 1988 Appendix D, sub
clauses 29.2.7 and 29.2.8. (fire alarms) and in BS 5266: Pt 1: 1999.
(Emergency lighting) and any updates of these, as appropriate.
7.1.2.2 An Asset Register shall be submitted to the Authorised Officer no later than
31st March of each year of the Contract. The format and contents of the
Asset register may be varied by the parties but will generally include the
information as set out in the register supplied at Contract Commencement.
7.1.2.3 Following a service visit, contractor must submit in electronic format copies
of service reports within 2 weeks of completion of servicing.
7.1.2.4 Site log books, as required.
7.1.3
The Contractor shall allow the Authorised Officer access to all records of inspection
and testing, and site log books. Spot checks may be carried out at the Contractor’s
office and shall additionally be supplemented by the Contractor providing an
accessible web portal for the review of all appropriate records.
7.2
Performance Management
7.2.1
The Council’s Authorised Officer will be responsible for Performance Management of
the Contract. Management will take place through analysis of data, consideration of
performance against the KPIs and regular meetings with the Contractor. The
Authorised Officer or nominated Technical Lead may also carry out random spot
checks of work quality and practice.
7.2.2
Contract Management meetings shall take place at regular intervals between the
Council and the Contractor, according to need, but in any case at a minimum of
monthly during the implementation phase (first three months) or any replacement
programme, and quarterly thereafter.
7.3
Key Performance Indicators
7.3.1
The Contractor shall provide data to evidence their performance against the Key
Performance Indicators set out in Appendix 1 (1a – Lot 1, 1b – Lot 2 and 1c – Lot 3).
These KPIs are set for the first year of the contract. Detail be submitted to the
Authorised Officer to the schedule as set out in the “Reporting Frequency” column.
Where “quarterly reporting” is indicated, this should be submitted together with the
invoice for payment.
7.3.2
The Council will both the performance against and the relevance of, the Key
Performance Indicators on an annual basis and agree with the Contractor any
revisions of these in advance of the next contract year.
7.4
Data Collection
7.4.1
Additionally, the Contractor shall provide data as requested by the Council’s
Authorised Officer which will evidence further performance of service delivery. This
data may not initially have a target figure, but may form part of the discussions and
amendments to the list of Key Performance Indicators.
7.5
Contractor’s Quality Assurance
7.5.1
The Contractor shall put in place a robust quality management system that they will
use for internal monitoring to ensure that the level of service delivered is as required
14
Appendix 2 – Specification and Requirements
by the Council. Details of the proposed quality Assurance System shall be provided
within the tender submission.
7.6
Payments
7.6.1
As of 1st April 2015 it is mandatory for all suppliers to Thurrock Council to sign up to
Oracle iSupplier as part of our wider Digital Strategy. All payments will be processed
through this system. Details of iSupplier are contained for your information at
Appendix 3.
7.6.2
The Contractor shall submit invoices on a quarterly basis, detailing the work carried
out. The exact detail of each invoice will be agreed between the parties and in a
format that is compatible with iSupplier.
7.6.3
A copy of the invoice shall also be sent at the same time to the Authorised Officer
and include the inspection reports, performance data and any other information as
may be requested by the Authorised Officer.
8.
OTHER REQUIREMENTS
8.1
Social Value
8.1.1
The Council is fully committed to implementing the aims of the Social Value Act 2012
and through this procurement, how the economic, social and environmental wellbeing
of Thurrock could be improved both during the process and on an ongoing basis.
8.1.2
To this end, the Contractor will implement a range of initiatives to achieve the
relevant improvements to include, but not limited to:
•
•
Local employment, training and apprenticeships
Environmental sustainability – use of products and working practices
Bidders will make proposals around these as part of their tender submission and
once agreed by the Council, will become a contractual obligation for the successful
Contractor.
8.2
Electronic Purchasing
INTRODUCTION
8.2.1
The Council is looking to implement an electronic purchasing system for orders and
invoicing during the life of this contract. The Contractor shall therefore co-operate
fully with any development for electronic ordering and/or trading including funding
any fees associated with set up and training to enable them to transact through an
eMarketplace system.
8.2.2
The Valueworks Network is currently being trialled by the Council.
information related to the system is included within Appendix 5.
Further
REBATES
8.2.3
The successful applicant will be required to operate a rebate system with Thurrock
Council should the Valueworks e-Marketplace be utilised. This system will serve and
facilitate the collection of fees associated with the use of the e-Marketplace. This will
require a mirror of this arrangement with the Contractor’s supply chain in order to
make this happen.
8.2.4
The level of rebate will be agreed with the Contractor prior to commencement of
contract but will be based on agreed percentage uplift on the price tendered within
15
Appendix 2 – Specification and Requirements
Invitation to Tender Appendix 4a, 4b and 4c – Pricing Schedule. Tenderers should
not therefore include any level of rebate within their submitted prices.
8.2.5
Please note that successful Contractor will be required to sign Direct Debit mandates
to enable collection of the rebates on a monthly basis.
16
Appendix 2 – Specification and Requirements
Appendix 1a – Key Performance Indicators – Lot 1 – Fire Alarms and Emergency Lighting
Objective
Performance Measure
Target
Reporting
Frequency
1. % Quarterly test certificates for all fire
alarm equipment received by the
Authorised Officer within two weeks
of Quarter End 1
100%
Quarterly
2. % Quarterly test certificates for all
emergency lighting equipment
received by the Authorised Officer
within two weeks of Quarter End.
100%
Quarterly
1. % Initial visits completed within
6hours of request / report of
breakdown
100%
2. % Urgent Repairs completed within 7
calendar days of request
95%
3. % Repairs with value up to £100
inclusive that are completed at point
of inspection.
100%
4. % Repairs with value over £100
completed within one week of
authorisation
95%
Provision of the up to date Asset Register
5. Up to Date Asset Register provided to
the Authorised Officer
By 31st March each year
Annual
Urgent Issues identified to the Authorised
Officer in a timely fashion 2
6. Detailed report on any Potentially
Dangerous Situation identified by the
Contractor provided to the Authorised
Same working day
Quarterly
All Fire Alarm testing and inspection up-todate
Breakdowns and repair items are resolved
within specified timescales
1
Quarterly
Quarterly
Quarterly
Quarterly
Quarter End is the end of the first quarter following commencement of contract in line with testing and inspection requirements and Appendix 4a – Lot 1 Fire
Alarms and Emergency Lighting Pricing Schedule.
2
As set out in Section 4.3 of this specification.
17
Appendix 2 – Specification and Requirements
Objective
Performance Measure
Target
Reporting
Frequency
Officer
7. Requested detailed report on any
Potentially Dangerous Situation
identified by the Council - provided to
the Authorised Officer
Within 24 hours of notification
Quarterly
Within one week
8. Report detailing plant/systems that
are approaching obsolescence or
reasonably repair provided to the
Authorised Officer
Quarterly
Minimal accidents and incidents during
contract delivery
9. Number of accidents or incidents per
quarter as reported according to
RIDDOR regulations
Less than or equal to 2
Quarterly
Limited complaints received about the service
10. Number of complaints received per
quarter
Less than or equal to 3
Quarterly
Compliance with Social Value requirements
11. TBC according to contract
18
Quarterly
Appendix 2 – Specification and Requirements
Appendix 1b: Key Performance Indicators Lot 2 – Fire Protection Devices
Objective
All Fire Equipment testing and
inspection up-to-date
Performance Measure
1. % Six Monthly Inspection reports for all relevant
fire equipment received by the Authorised
Officer within two weeks of Period End 3
2. % Annual Test reports for all relevant fire
equipment received by the Authorised Officer
within two weeks of Period end
Target
Reporting Frequency
100%
Quarterly
100%
Quarterly
3. % Initial visits completed within 6hours of
request / report of breakdown
100%
Quarterly
4. % Urgent Repairs completed within 7 calendar
days of request
95%
Quarterly
5. % Repairs with value up to £100 inclusive that
are completed at point of inspection.
100%
Quarterly
6. % Repairs with value over £100 completed
within one week of authorisation
95%
Quarterly
Provision of the up to date Asset
Register
7. Up to Date Asset Register provided to the
Authorised Officer
By 31st March each
year
Annual
Minimal accidents and incidents
during contract delivery
8. Number of accidents or incidents per quarter as
reported according to RIDDOR regulations
Less than or equal to 2
Quarterly
Limited complaints received about
the service
9. Number of complaints received per quarter
Less than or equal to 3
Quarterly
Compliance with Social Value
requirements
10. TBC according to contract
Breakdowns and repair items are
resolved within specified timescales
3
Quarterly
Period End is the end of the first six months or year as appropriate following commencement of contract in line with testing and inspection requirements set
out in Appendix 4b – Lot 2 Fire Protection Devices Pricing Schedule.
19
Appendix 2 – Specification and Requirements
Appendix 1c – Key Performance Indicators Lot 3 - Fire Alarms, Emergency Lighting and Fire Protection Devices
Objective
Performance Measure
Target
Reporting Frequency
100%
1. % Quarterly test certificates for all relevant
equipment received by the Authorised Officer
within two weeks of Quarter End 4
All Equipment testing and inspection
up-to-date
2. % Six monthly test certificates for all relevant
equipment received by the Authorised Officer
within two weeks of Period End.
3. % Annual test certificates for all relevant
equipment received by the Authorised Officer
within two weeks of Period End.
Fire Alarm Breakdowns and repair
items are resolved within specified
timescales
Provision of the up to date Asset
Register
Urgent Issues identified to the
4
Quarterly
100%
Quarterly
100%
4. % Initial visits completed within 4 hours of
request / report of breakdown
100%
5. % Urgent Repairs completed within 7 calendar
days of request
95%
5. % Repairs with value up to £100 inclusive that
are completed at point of inspection.
100%
6. % Repairs with value over £100 completed
within one week of authorisation
95%
7.
Up to Date Asset Register provided to the
Authorised Officer
8. Detailed report on any Potentially Dangerous
Quarterly
Quarterly
Quarterly
Quarterly
By 31st March each year
Annual
Same working day
Quarterly
Period End is the end of the first six months or year as appropriate following commencement of contract in line with testing and inspection requirements set
out in Appendix 4c – Lot 3 Fire Alarms, Emergency Lighting and Fire Protection Devices Pricing Schedule.
20
Appendix 2 – Specification and Requirements
Objective
Performance Measure
Authorised Officer in a timely
fashion 5
Target
Reporting Frequency
Situation identified by the Contractor provided
to the Authorised Officer
9. Requested detailed report on any Potentially
Dangerous Situation identified by the Council provided to the Authorised Officer
Within 24 hours of
notification
10. Report detailing plant/systems that are
approaching obsolescence or reasonably repair
provided to the Authorised Officer
Within one week
Minimal accidents and incidents
during contract delivery
11. Number of accidents or incidents per quarter as
reported according to RIDDOR regulations
Less than or equal to 2
Quarterly
Limited complaints received about
the service
12. Number of complaints received per quarter
Less than or equal to 3
Quarterly
Compliance with Social Value
requirements
13. TBC according to contract
5
Quarterly
Quarterly
Quarterly
As set out in Section 4.3 of this specification.
21
Appendix 2 – Specification and Requirements
Appendix 2 – Data Collection
To be agreed between the Council and the Contractor.
22
Appendix 2 – Specification and Requirements
Appendix 3 – Oracle iSupplier
Definition
Oracle iSupplier is an internet based portal that provides direct access to essential business
records with the Council. Provided internet access is available for use, the portal can be
accessed anywhere, anytime, enabling our suppliers to:
•
•
•
•
•
flip purchase orders converting these into e-invoices – eliminating the need to send
us a paper invoice
view the status of invoices – whether these have been received, processed or paid
view actual payments
view who to contact in the Council regarding any purchase order received from the
Council, and
export (download) data into a spread sheet for your own use.
Benefits
• The following benefits have been identified:
• Registering and using iSupplier will reduce the length of time we take to pay an
invoice – unless specifically agreed with us, our standard payment terms are 30
days. If suppliers use iSupplier we pay within ten days.
• Stationery and postage costs will be reduced as no paper invoices are required.
• Business efficiency will be improved as suppliers can load invoices directly into the
system ready for processing and automated payment.
How to use register and use iSupplier
Download the terms and conditions of use from our website by following the link
https://www.thurrock.gov.uk/iSupplier
Sign and return (either a scanned copy via email or a hard copy in the post) to
pgarvey@thurrock.gov.uk or to
Paul Garvey
Procurement Team
Civic Offices,
New Road,
Grays
Essex RM17 6SL
Advise two contacts that would require access to the portal, one being a primary contact, the
2nd a secondary contact.
You will be sent a link to the system with login details and a user guide
23
Appendix 2 – Specification and Requirements
Appendix 4 – Technical Guidance, Fire Alarm Installations
The following information is provided as general guidance for the installation of new fire
alarm systems. References for manufacturers and models detail the current preferred item,
however close technical equivalents that can demonstrate better value and are compatible
will be considered.
FIRE ALARM SYSTEMS AND RELATED EQUIPMENT
Any equipment is to be installed to comply with the latest edition(s) of BS 5839: - Fire
detection and alarm systems for buildings
All new or refurbished fire alarm systems will meet a minimum of BS 5839 Part 1 (Life Risk
3 - L3) the protection of escape routes and circulation areas; except for Residence/Sleeping
accommodation, which will be a minimum of Life Risk 2 – L2.
Areas viewed to be vulnerable, for example, unmanned stores, plant areas computer suites
and laboratories should have provision for additional Automatic Smoke Detection (L2 or L1
standard) for specific areas (high risk or value), including inner rooms (e.g. Vision Panels are
not acceptable).
On commissioning of all systems regardless of size of installation, a sound meter check
MUST be carried out and all sound levels are to be recorded, the log sheet is to be
submitted with the commissioning certificate. The recommended minimum sound level
should be 65 dB (A) as specified in the BS 5839: Part 1. Where sound levels fall below this
standard, additional sounders MUST be installed or other means used to raise the sound
levels.
Where addressable systems are used, the device address must be carefully considered to
ensure that this location matches with local or generic names to prevent confusion over
locations by maintenance staff, contractors or the Fire Brigade.
‘As Installed’ drawings are to be provided adjacent to the master fire alarm panel suitably
framed using ‘Aluminium Clip Frames’ with clear plastic inserts.
All ‘As Installed’ Drawings are to be provided on hard copy A1 sheets and in electronic
AutoCAD Release 14 format scale of 1:50, 1:100 or 1:200 as appropriate.
The Contractor shall ensure that fire alarm panels alert the fire brigade on activation, by
AutoDialler back to a Communications Centre.
FIRE ALARM DEVICE STANDARDS
New fire alarm systems should use standard equipment and protocols to ensure
communality of systems, control of software and engineering access. Furthermore, the
following manufactures have a wide selection of outlets allowing cost-effective procurement.
Fire Alarm Panels:
All systems are to be addressable and Fire Alarm panels should meet BS 5839: Part 4 - Fire
detection and alarm systems for buildings - Specification for fire alarm control equipment and
panels. The following manufacturers are advised:
a. Morley IAS ZX series (See: www.morley-ias.co.uk)
b. Ampac
System Protocols:
All fire alarm systems are to use the ‘APOLLO’ PROTOCOL ONLY (further information can
be found at: www.apollo-fire.co.uk) unless an existing system is not compatible.
24
Appendix 2 – Specification and Requirements
Automatic Fire Detection:
All fire detection devices are to use the ‘APOLLO’ DEVICES ONLY (further information can
be found at: www.apollo-fire.co.uk) unless an existing system is not compatible.
Circulation space should be installed with ‘Ionisation’ detectors; with ‘Optical’ type installed in
rooms, as a basic guidance rule – however, each project must be judged specifically to its
risk.
In areas where there is a risk of false alarms or in sleeping accommodation:
• Multi-Sensor’ Detector heads should be used such as “Apollo Discovery”
• Rate of Rise heat detectors may also be to be considered
• High temperature – fixed heat at 56°C, 75°Cor 90°C should be considered
Manual Call Points
The following Manual Call Points (MCPs) or equivalent, are preferred for all systems:
KAC Alarm Company Ltd (See: www.kac.co.uk) ‘Call Point’ accessories
Sounders (Including Standard Voice and Specialist)
The following standard sounders can be used:
Apollo loop driven sounders at >85 dB (A) – (See: www.apollo-fire.co.uk)
Fulleon – Further information can be found at: www.fulleon.co.uk
The following VOICE sounders could be used, combination voice and tone sounders should
be used in all areas where the public or large numbers of people use the space, where
phased evacuation or the need to differentiate buildings is to be considered. Any installation
is to conform to BS 5839: Part 8, 2013 + Amendments - Fire detection and alarm systems
for buildings. Code of practice for the design, installation and servicing of voice alarm
systems.
Vimpex Ltd - 'Fire Cryer' (See: www.vimpex.co.uk) Standard & loop type
Fulleon Ltd ‘Clarifire’ - (See: www.fulleon.co.uk) Standard type
There may be projects that require more specialist equipment to be specified, e.g. Klaxon
external units. Further information can be found at: www.klaxonsignals.com
In noisy environments, visual flashing strobe lights (red) must be used.
Apollo - www.apollo-fire.co.uk
Fulleon - www.fulleon.co.uk
Autodialing Equipment
The AutoDialler is to be connected to a monitoring company. ‘BT Redcare’ line may also be
considered for the system. Approved GSM Auto diallers may be used when agreed
Fire Resistant Cabling
Fire cables used in the installation of fire alarm systems meeting BS 5839; are to meet the
requirements of BS 6387 and BS 7629 in design, construction, and installation. All Cables
shall be coloured Red, unless there is overriding aesthetic reasons for White to be used.
Special attention is to be paid to the terminating cables to ensure that earth faults are
eliminated.
The following cables should be used in all instances:
FP200Gold
In certain circumstances MICC cabling may need to be used or considered
25
Appendix 2 – Specification and Requirements
Door Holders, Fire Dampers and other Automatically Released Equipment
These items should adhere to the terms of latest edition of BS 5839: Part 3. It should be
noted that 'door holders' are generally not acceptable on any 'fire door' that leads directly
onto a protected stair.
The following Door Hold/Closers are to be used:
Briton 996 Series – Electromagnetic Door Closer (Hold Open & Swing Free)
Access Control Devices – Connected To Fire Alarm Systems
Access and security devices on doors used as part of the Means of Escape (including
automatic sliding doors) THAT DO NOT have manual override handles to open them; but
rely on the release of Electro-magnetic locks or keeps, by code or push button need to be
carefully considered. Special provision MUST be made in the design and installation of these
systems to ensure that they fail ‘safe’ at all times in the event of an emergency.
Devices must fail safe on the loss of electrical power, by the operation of the break glass unit
adjacent to the door or on activation of the fire alarm system.
All break glass units associated with emergency egress systems for emergency use MUST
be GREEN in colour. In addition, a specific sign is necessary and placed adjacent to green
release boxes.
Explosive Proof & Intrinsically Safe Electrical Installations
Fire alarm devices, emergency lighting and mechanical ventilation equipment used in
flammable / explosive atmospheres (as defined in BS 5345 Electrical Zoning - Class 0, Class
1 and Class 2), are required to be Explosion Proof (EΧ).
Generally, flameproof fittings should be obtained from the following company or equivalent:
MEDC Ltd Further information can be found at: www.medc.co.uk
Mechanical, Air Handling & Smoke Control Equipment
Where mechanical and smoke control measures are connected to the fire alarm system,
they should be installed to provide the automatic reset or re-start of the equipment on the
resetting of the fire alarm panel. This ensures the minimum of disruption of services, and
reduces the cost of manpower to reset items manually, which may leave services shut down
for some time or forgotten about and thereby eliminating human failing.
Smoke control equipment is to be indicated on fire alarm 'as installed' drawings where
connected to system.
Solenoid gas valves connected to the fire alarm system to isolate gas supply system if fire
alarm activates. The operation of gas valve may be zoned to isolate the Boiler or Plant
Room only, if necessary.
Fume cupboards are not to be closed down on the activation of the fire alarm, but isolation
switches suitable mounted are to be provided, for use by the fire brigade in secondary
smoke control activities.
All break glass units associated with ‘Mechanical Closedown’ or ‘Smoke Control’ systems for
emergency use MUST be YELLOW in colour. In addition, sign all controls as necessary and
placed adjacent to yellow control boxes:
Use the following Yellow Control Switches (or equivalent), to be used for all systems from KAC Alarm Company Ltd (See: www.kac.co.uk)
26
Appendix 2 – Specification and Requirements
Appendix 5 – Valueworks Network
This system provides a number of benefits to applicants, including the automation of the
back-office systems and improvement of cash flows, thus ensuring applicants’ position is at
least cost-neutral.
Many organisations, especially those involved in public sector and local government, are
implementing e-procurement technologies. There are many reasons for this including:
•
To put controls in place to ensure that buying delivers agreed savings and budgets
are met;
•
To ensure supplier payment terms are adhered to. Government targets mean that
many buying organisations measure payment within 30 days as a Key Performance
Indicator (KPI); and
•
To reduce the administrative burden on staff. The cost of handling an invoice
manually is estimated to be between £45 and £60 per invoice and the use of e-trade
facilities can help to reduce this cost substantially.
Forward thinking organisations are keen to adopt an e-delivery approach as they believe that
it will deliver real value and benefit to all of the organisations involved in the contract.
The key drivers behind this decision are:
•
To ensure that buyers gain the most from their investment;
•
To ensure that the correct materials are used;
•
To ensure that the prices which have been sourced are obtained and retained where
possible;
•
To improve the efficiency of the supply chain and therefore reduce and control costs;
•
To improve efficiency for service providers, and therefore cost;
•
To provide management and efficiency reporting;
•
To embrace innovative up-to-date technology; and
•
To bring new skills to employers / partner companies.
Given the benefits outlined above, it is anticipated that the position for Suppliers/Contractors
should be at least cost-neutral.
The e-Marketplace system can be accessed from any computer with a stable internet
connection and our supported environment is Internet Explorer 8, however it may be
possible to access the system via other browsers but not all features will work.
Further information will be provided following contract award.
27
Download