Section one: Contracting authority
one.1) Name and addresses
Procurement Assist Limited c/o Integrated Facilities Management Bolton Ltd (iFM Bolton)
Royal Bolton Hospital, Minerva Road, Farnworth
Bolton
BL4 0JR
tenders@procurementassist.co.uk
Telephone
+44 3301281336
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
http://www.boltonft.nhs.uk/about-us/trust-profile/ifm-bolton/
Buyer's address
http://www.procurementassist.co.uk
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fire Prevention Services
Reference number
PA CM 05
two.1.2) Main CPV code
- 51700000 - Installation services of fire protection equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Procurement Assist Limited is seeking service providers to take part in tendering for a place on a 60 month Dynamic Purchasing System for Fire Prevention Services. This DPS will primarily serve Fire Risk Assessments and the testing of materials, including external cladding.
Procurement Assist is publishing this Notice of Amendment made pursuant to the original Notice 2020/S 083-197911 to extend the DPS to 31 May 2029. The DPS reference number has been amended from PA CM 04 to PA CM 05. The remaining information in relation to this DPS is unchanged.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Fire Risk Assessments
Lot No
1
two.2.2) Additional CPV code(s)
- 51700000 - Installation services of fire protection equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Including, but not limited to:
•Internal inspection of onsite location, wall coverings, ceiling/void spaces, review of fire compartmentation and floor coverings
•External inspection of onsite location, including cladding
•Technical visual inspection of the on site sprinkler system
•Technical visual inspection of the on site fire alarm system
•Preparation and completion of a ‘Client’ Inspection Register
•Provision of a schedule of works for the Client (either hard copy or an electronic register)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
31 May 2029
This contract is subject to renewal
Yes
Description of renewals
Procurement Assist are extending the active period of the DPS to 31 May 2029. The DPS will be reviewed on an annual basis for amendment, further extension, termination or to re-procure.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 100
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Fire Assessment Work
Lot No
2
two.2.2) Additional CPV code(s)
- 51700000 - Installation services of fire protection equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Including, but not limited to:
•Internal inspection of onsite location, wall coverings, ceiling/void spaces, review of fire compartmentation and floor coverings
•External inspection of onsite location, including cladding
•Technical visual inspection of the on site sprinkler system
•Technical visual inspection of the on site fire alarm system
•Preparation and completion of a ‘Client’ Inspection Register
•Provision of a schedule of works for the Client (either hard copy or an electronic register)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
31 May 2029
This contract is subject to renewal
Yes
Description of renewals
Procurement Assist are extending the active period of the DPS to 31 May 2029. The DPS will be reviewed on an annual basis for amendment, further extension, termination or to re-procure.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 100
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 083-197911
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 May 2029
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 June 2029
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=916907237
GO Reference: GO-2025113-PRO-29112344
six.4) Procedures for review
six.4.1) Review body
The High Court
Royal Court of Justice, London
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The High Court
Royal Court of justice, London
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The High Court
Royal Court of Justice, London
London
WC2A 2LL
Country
United Kingdom