Tender

Fire Systems Servicing & Maintenance

  • Livv Housing Group

F02: Contract notice

Notice identifier: 2022/S 000-002577

Procurement identifier (OCID): ocds-h6vhtk-0310ab

Published 28 January 2022, 3:53pm



Section one: Contracting authority

one.1) Name and addresses

Livv Housing Group

Lakeview, Kings Business Park

Prescot

L34 1PJ

Contact

Mrs Claire Paton

Email

tenders@cirruspurchasing.co.uk

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://livvhousinggroup.com/

Buyer's address

https://livvhousinggroup.com/

one.3) Communication

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

https://procontract.due-north.com/Home

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/Home

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 Systems Servicing & Maintenance

Reference number

DN594204

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Livv Housing Group is seeking bids from service providers to participate in a tender exercise for the procurement of a single service provider to deliver fire system servicing and maintenance across a number of sites within the Merseyside and Knowsley area.

The outcome of the tender process will be a single contract with one service provider. The contract will be for an initial 3 years with 1 option to extend by a further 24 months, up to a maximum 5 years total contract term, subject to the Group requirements and the performance of the successful service provider. The contract will commence May 2022.

Services initially required under the contract are expected to include planned and reactive maintenance as well as remedial works including:

- Smoke Control & Ventilation Systems Maintenance, Inspection and Testing

- Fire Detection & Alarm Systems Maintenance, Inspection and Testing

- Intruder Alarm Service and Maintenance

- Fire Gas Suppression System and Room Integrity Test Maintenance

- Servicing of Portable Fire Extinguishers (PFE) and Fire Blankets

- Gas Detection Service and Maintenance

- Fire Alarm Monitoring

- Sprinkler and Misting systems servicing and maintenance

two.1.5) Estimated total value

Value excluding VAT: £767,500

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 50413100 - Repair and maintenance services of gas-detection equipment
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51700000 - Installation services of fire protection equipment
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

The Group is seeking bids from service providers to participate in a tender exercise for the procurement of a single service provider to deliver fire system servicing and maintenance across a number of sites within the Merseyside and Knowsley area.

two.2.4) Description of the procurement

Livv Housing Group is seeking bids from service providers to participate in a tender exercise for the procurement of a single service provider to deliver fire system servicing and maintenance across a number of sites within the Merseyside and Knowsley area.

Services initially required under the contract are expected to include planned and reactive maintenance as well as remedial works where required. The scope of service will include:

- Smoke Control & Ventilation Systems Maintenance, Inspection and Testing

- Fire Detection & Alarm Systems Maintenance, Inspection and Testing

- Intruder Alarm Service and Maintenance

- Fire Gas Suppression System and Room Integrity Test Maintenance

- Servicing of Portable Fire Extinguishers (PFE) and Fire Blankets

- Gas Detection Service and Maintenance

- Fire Alarm Monitoring

- Sprinkler and Misting systems servicing and maintenance

Full details of the service required can be found within the tender documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract will be for an initial 3 years with 1 option to extend by a further 24 months, up to a maximum 5 years total contract term, subject to the Group requirements and the performance of the successful service provider.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial 3 years with 1 option to extend by a further 24 months, up to a maximum 5 years total contract term, subject to the Group requirements and the performance of the successful service provider.

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 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

(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);

(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e);

(c) the common law offence of bribery;

(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f) or section 113 of the Representation of the People Act 1983(g);

(e) where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):

(i) the common law offence of cheating the revenue,

(ii) the common law offence of conspiracy to defraud,

(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l),

(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o),

(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q),

(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r),

(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t),

(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u), or

(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006 or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;

(f) any offence listed:

(i) in section 41 of the Counter Terrorism Act 2008(a), or Section IV: Procedure

(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;

(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b)

which relates to an offence covered by subparagraph (f);

(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);

(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);

(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc.) Act 2004(f);

(k) an offence under section 59A of the Sexual Offences Act 2003(g);

(l) an offence under section 71 of the Coroners and Justice Act 2009(h);

(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or

(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive:

(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland, or

(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per the tender documentation.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

1 March 2022

Local time

12:00pm

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 March 2022

Local time

12:05pm

Information about authorised persons and opening procedure

Livv Housing Group staff members and their authorised agents only.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This contract will be up for renewal in 2027 if all options are taken.

six.3) Additional information

This procurement exercise is being led by the Livv Housing Group for itself and on behalf of the other members of the Group and references in this document to Livv Housing Group and the Group should be construed accordingly.

The contract will be available to the following, such that each of the following will be entitled to purchase services from the successful service provider at the discretion of Livv Housing Group:

- Livv Housing Group and all subsidiary undertakings, both current and future

- All parts of any current or future group structure of which Livv Housing Group is, or may become, a part

- Any joint venture entities (whether companies, limited liability partnerships or otherwise) in which any member of the Group participates from time to time (whether as a shareholder, member or otherwise), and are permitted by Livv Housing Group to make particular purchases from the service provider from time to time

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This tender process will incorporate a minimum 10 calendar days standstill period at the point information on the award is communicated to bidders. Appeals can be directly raised via the contact points detailed in section VI.4.1) of this contract notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).