- Scope of the procurement
- Lot 1a. 1a Manufacturer supply and install of fire doors
- Lot 1b. 1b Manufacturer supply only of fire door sets
- Lot 1c. 1c Contractor supply and install of fire door sets
- Lot 2. 2 Passive Fire Protection (remedial works)
- Lot 3. 3 Active Fire Protection (fire alarms, emergency lighting etc).
Section one: Contracting authority
one.1) Name and addresses
SEC Procurement Limited trading as South East Consortium
43 Elvendon Road
Reading
RG80DP
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