Tender

Fire Remedial Works Framework

  • SEC Procurement Limited trading as South East Consortium

F02: Contract notice

Notice identifier: 2025/S 000-005108

Procurement identifier (OCID): ocds-h6vhtk-04e1cc

Published 14 February 2025, 12:00pm



Section one: Contracting authority

one.1) Name and addresses

SEC Procurement Limited trading as South East Consortium

43 Elvendon Road

Reading

RG80DP

Email

procurement@southeastconsortium.org.uk

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

15363999

Internet address(es)

Main address

https://southeastconsortium.org.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://in-tendhost.co.uk/southeastconsortium/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/southeastconsortium/aspx/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 Remedial Works Framework

Reference number

00045

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

We are tendering a framework for Fire Remedial Works. The framework will run for 4 years subject to review, to a maximum of 4 years. If successful, you will have the opportunity to be awarded regional contracts through direct selection or Mini Competition. The duration of contracts called off may, where appropriate, exceed the duration of the framework.

two.1.5) Estimated total value

Value excluding VAT: £300,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Manufacturers tendering may apply for one or both of lots 1a and 1b. Contractors tendering may apply for one or more of lots 1c, 2 and 3.

two.2) Description

two.2.1) Title

1a Manufacturer supply and install of fire doors

Lot No

1a

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Manufacturers tendering may apply for one or both of lots 1a and 1b. Contractors tendering may apply for one or more of lots 1c, 2 and 3.

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: £300,000,000

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) Description

two.2.1) Title

1b Manufacturer supply only of fire door sets

Lot No

1b

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Manufacturers tendering may apply for one or both of lots 1a and 1b. Contractors tendering may apply for one or more of lots 1c, 2 and 3.

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: £30,000,000

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) Description

two.2.1) Title

1c Contractor supply and install of fire door sets

Lot No

1c

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Manufacturers tendering may apply for one or both of lots 1a and 1b. Contractors tendering may apply for one or more of lots 1c, 2 and 3.

two.2.5) Award criteria

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

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) Description

two.2.1) Title

2 Passive Fire Protection (remedial works)

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

two.2.4) Description of the procurement

We are tendering a framework for Fire Remedial Works. The framework will run for 4 years subject to review, to a maximum of 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.2.7) 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) Description

two.2.1) Title

3 Active Fire Protection (fire alarms, emergency lighting etc).

Lot No

3

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Active Fire Protection (fire alarms, emergency lighting etc).

two.2.5) Award criteria

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

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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

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

16 April 2025

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

16 April 2025

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

SEC Procurement Limited

Sittingbourne

ME9 8GA

Country

United Kingdom