Opportunity

Fire Prevention and Detection related products, services and works

  • Advantage South West

F02: Contract notice

Notice reference: 2021/S 000-001414

Published 23 January 2021, 10:54am



Section one: Contracting authority

one.1) Name and addresses

Advantage South West

South Somerset House, Alvington

Yeovil

BA22 8WN

Contact

Mr Neil Biddiscombe

Email

neil.biddiscombe@abri.co.uk

Telephone

+44 1935404566

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

http://www.advantagesouthwest.co.uk/

Buyer's address

http://www.advantagesouthwest.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

https://procontract.due-north.com/Advert/Index?advertId=cf9a0892-bf99-ea11-80ff-005056b64545

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/Index?advertId=cf9a0892-bf99-ea11-80ff-005056b64545

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire Prevention and Detection related products, services and works

Reference number

DN478821

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

Advantage South West is seeking to select, by a competitive tendering process, companies who will be awarded a 4-year framework from April 2021 from which our members will award contracts by direct award or mini-tender for the provision of fire prevention and detection services and associated supplies and associated services.

The procurement includes the following Lots and scope (scope includes associated supplies, services and works):

Lot 1A & 1E: Fire detection and alarm testing, inspection, servicing and call-out including smoke alarm and CO alarm Systems, Emergency Lighting, Automatic Opening Vents, Manual Opening Vents and Fire Refuge (Emergency Voice Control) Systems and associated supplies, services and works

Lot 2A & 2E: Dry riser and Wet riser testing, inspection, servicing and call-out and associated supplies, services and works

Lot 3A & 3E: Sprinkler testing, inspection, servicing and call-out and associated supplies, services and works

Lot 4A: Fire extinguisher & fire blanket supply, testing and servicing and associated supplies, services and works

Advantage South West Members will be able to contract by direct award or mini-competition.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

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

ASW - Fire detection and alarm testing, inspection, servicing and call-out including smoke alarm and CO alarm Systems, Emergency Lighting, Automatic Opening Vents, Manual Opening Vents and Fire Refuge (Emergency Voice Control) Systems and associated supplies, services and works

Lot No

1A

two.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 50413200 - Repair and maintenance services of firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - SOUTH EAST (ENGLAND)
  • UKK - SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

Advantage South West multi-supplier framework for Fire detection and alarm testing, inspection, servicing and call-out including smoke alarm and CO alarm Systems, Emergency Lighting, Automatic Opening Vents, Manual Opening Vents and Fire Refuge (Emergency Voice Control) Systems and associated supplies, services and works

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: £2,000,000

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

Duration in months

48

This contract is subject to renewal

No

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

ECC - Fire detection and alarm testing, inspection, servicing and call-out including smoke alarm and CO alarm Systems, Emergency Lighting, Automatic Opening Vents, Manual Opening Vents and Fire Refuge (Emergency Voice Control) Systems and associated supplies, services and works

Lot No

1E

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKK - SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

Lot for Exeter City Council direct award for Fire detection and alarm testing, inspection, servicing and call-out including smoke alarm and CO alarm Systems, Emergency Lighting, Automatic Opening Vents, Manual Opening Vents and Fire Refuge (Emergency Voice Control) Systems and associated supplies, services and works. In line with Public Contracts Regulations the contract awarded by ECC can last for longer than 4 years.

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: £200,000

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

Duration in months

48

This contract is subject to renewal

No

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

ASW - Dry riser and Wet riser testing, inspection, servicing and call-out and associated supplies, services and works

Lot No

2A

two.2.2) Additional CPV code(s)

  • 35111000 - Firefighting equipment
  • 50413200 - Repair and maintenance services of firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - SOUTH EAST (ENGLAND)
  • UKK - SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

Advantage South West multi-supplier framework for Dry riser and Wet riser testing, inspection, servicing and call-out and associated supplies, services and works

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: £100,000

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

Duration in months

48

This contract is subject to renewal

No

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

ECC - Dry riser and Wet riser testing, inspection, servicing and call-out and associated supplies, services and works

Lot No

2E

two.2.2) Additional CPV code(s)

  • 35111000 - Firefighting equipment
  • 50413200 - Repair and maintenance services of firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - SOUTH EAST (ENGLAND)
  • UKK - SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

Lot for Exeter City Council direct award for Dry riser and Wet riser testing, inspection, servicing and call-out and associated supplies, services and works. In line with Public Contracts Regulations the contract awarded by ECC can last for longer than 4 years.

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: £10,000

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

Duration in months

48

This contract is subject to renewal

No

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

ASW - Sprinkler testing, inspection, servicing and call-out and associated supplies, services and works

Lot No

3A

two.2.2) Additional CPV code(s)

  • 44115500 - Sprinkler systems
  • 50413200 - Repair and maintenance services of firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - SOUTH EAST (ENGLAND)
  • UKK - SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

ASW Multi-Supplier framework for Sprinkler testing, inspection, servicing and call-out and associated supplies, services and works

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: £500,000

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

Duration in months

48

This contract is subject to renewal

No

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

ECC Sprinkler testing, inspection, servicing and call-out and associated supplies, services and works

Lot No

3E

two.2.2) Additional CPV code(s)

  • 44115500 - Sprinkler systems
  • 50413200 - Repair and maintenance services of firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKK - SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

Lot for Exeter City Council direct award for Sprinkler testing, inspection, servicing and call-out and associated supplies, services and works. In line with Public Contracts Regulations the contract awarded by ECC can last for longer than 4 years.

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

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

Duration in months

48

This contract is subject to renewal

No

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

ASW - Fire extinguisher & fire blanket supply, testing and servicing and associated supplies, services and works

Lot No

4A

two.2.2) Additional CPV code(s)

  • 50413200 - Repair and maintenance services of firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - SOUTH EAST (ENGLAND)
  • UKK - SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

ASW multi-supplier framework for Fire extinguisher & fire blanket supply, testing and servicing and associated supplies, services and works.

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: £750,000

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

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

For all Lots the indicative figure is an estimated maximum.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The ITT details the requirement in various Lots that companies must (by the time the framework is awarded) be accredited by a UKAS-accredited third party scheme such as BAFE.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Social value and sustainability


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

23 February 2021

Local time

10:00am

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 February 2021

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Advantage South West (ASW) is a purchasing consortium for social housing. Members of ASW will be able to access this framework to award contracts that may outlast the framework. Current members of ASW are:

— Abri (Eastleigh, www.abri.co.uk),

— Coastline Housing (Redruth, www.coastlinehousing.co.uk),

— Cornwall Housing (Bodmin, www.cornwallhousing.org),

— Cornwall Rural Housing Association (Bodmin, www.crha.co.uk),

— East Devon District Council (Exmouth, www.eastdevon.gov.uk),

— Exeter City Council (Exeter, www.exeter.gov.uk),

— Homes in Sedgemoor (Bridgwater, www.homesinsedgemoor.org),

— LiveWest (Exeter, www.livewest.co.uk),

— Magna Housing Group (Dorchester, www.magna.org.uk),

— Mid Devon Distirct Council (Tiverton, www.middevon.gov.uk),

— North Devon Homes (Barnstaple, www.ndh-ltd.co.uk),

— Ocean Housing (St Austell, www.oceanhousing.com),

— Plymouth Community Homes (Plymouth, plymouthcommunityhomes.co.uk),

— Somerset West and Taunton Council (www.somersetwestandtaunton.gov.uk),

— Teign Housing (Newton Abbot, www.teignhousing.co.uk),

— Westward Housing Group (Newton Abbot, www.westwardhousing.org.uk).

Any further organisations that join ASW will also be able to access the framework. This contract notice is therefore placed on behalf of those future members too. Names of potential contracting authorities who may wish to access the framework can be found at: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=9

Interested companies can access the documentation at www.advantageswtenders.co.uk (free of charge). You must download the procurement documents, complete them and submit through the portal by the submission time/date. If the applicant considers that any information supplied by him is either commercially sensitive or confidential in nature then this should be highlighted and the reasons for its sensitivity given.

six.4) Procedures for review

six.4.1) Review body

UK High Courts

London

Country

United Kingdom