Opportunity

Fire Risk Assessment & Passive Fire Safety Framework

  • PROSPER

F02: Contract notice

Notice reference: 2022/S 000-007585

Published 21 March 2022, 2:03pm



Section one: Contracting authority

one.1) Name and addresses

PROSPER

Cobalt Business Exchange, Cobalt Park Way

Newcastle upon Tyne

NE28 9NZ

Contact

Mr Tim Jennett

Email

info@prosper.uk.com

Telephone

+44 1912805665

Country

United Kingdom

NUTS code

UKC - North East (England)

Internet address(es)

Main address

http://prosper.uk.com/

Buyer's address

http://prosper.uk.com/

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/register

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/register

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire Risk Assessment & Passive Fire Safety Framework

Reference number

DN603115

two.1.2) Main CPV code

  • 45343000 - Fire-prevention installation works

two.1.3) Type of contract

Works

two.1.4) Short description

The Authority seeks to establish a multi-supplier, multi-Lot Framework for the provision of Fire Risk Assessment and Passive Fire Safety requirements of its Members and other Public Sector Contracting Bodies within Regions of England and Wales.

The Framework is split into

Lot 1 Fire Risk Assessments

Lot 2 Passive Fire Protection works

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 one lot only

two.2) Description

two.2.1) Title

Lot 1 - Fire Risk Assessments

Lot No

1

two.2.2) Additional CPV code(s)

  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71631300 - Technical building-inspection services
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

This lot is for the provision all Fire Risk Assessments requirements and related services by suitably qualified consultants including but not limited to

- Non-destructive

- Destructive

- Compartmentation Surveys

- Fire Door Assessments

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: £50,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Initial Period 24 Months with Option to Extend by further 2 x 12 Month periods

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

The Authority seeks to appoint up to 6 suppliers per Region onto the Framework in this Lot

two.2) Description

two.2.1) Title

Lot 2 - Passive Fire protection Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 45343100 - Fireproofing work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

This lot is to provide all Passive Fire protection services and remedial works (as may be identified within Fire Risk Assessments or otherwise) and related works/services by suitably qualified contractors, including but not limited to

- Fire Door replacement & repair

- Compartmentation works

- Fire & Smoke Dampers

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: £250,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Initial Period 24 Months with Option to Extend by further 2 x 12 Month periods

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

The Authority seeks to appoint up to 8 Suppliers per Region onto the Framework in this Lot


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

Envisaged maximum number of participants to the framework agreement: 140

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

22 April 2022

Local time

10:00am

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

English

four.2.7) Conditions for opening of tenders

Date

22 April 2022

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Prosper is acting as a central purchasing body in relation to this procurement.

The Framework Agreement will be available for use by the Authority, its Members and other Contracting Bodies (as outlined in the FTS Notice) within the Regions of England and Wales, including but not limited to

Registered Social Landlords

https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

Local Authorities

https://www.gov.uk/find-local-council

Educational establishments

https://get-information-schools.service.gov.uk/

https://www.gov.uk/check-university-award-degree/recognised-bodies

NHS bodies

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Police, fire and rescue

https://www.police.uk/pu/policing-in-the-uk/

https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services/

https://aace.org.uk/uk-ambulance-service/

Registered charities

https://register-of-charities.charitycommission.gov.uk/charity-search

Access to the framework will be subject to the approval of the authority.

Any organisation able to access this framework will be referred to in the documentation as a

contracting body.

six.4) Procedures for review

six.4.1) Review body

Prosper Procurement Ltd

Cobalt Business Exchange, Cobalt Park Way

Newcastle upon Tyne

NE28 9NZ

Email

info@prosper.uk.com

Country

United Kingdom