- Scope of the procurement
- Lot 1. Fire Consultancy Services
- Lot 2. Internal Passive Fire Protection
- Lot 3. External Fire Protection
- Lot 4. Fire Alarms and Emergency Lighting
- Lot 5. Fire Suppression Systems
- Lot 6. Combined Works (Lots 2 to 5)
- Bespoke Lot for Dacorum Borough Council - Fire Improvement Works
Section one: Contracting authority
one.1) Name and addresses
South East Consortium
Grosvenor House, 125 High Street, Croydon
Surrey
CR0 9XP
liam.cochrane@southeastconsortium.org.uk
Telephone
+44 2080362942
Country
United Kingdom
NUTS code
UKJ4 - Kent
Internet address(es)
Main address
http://www.southeastconsortium.org.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA18401
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://www.mytenders.co.uk/authority/noticecreate/Question602.aspx?ID=222740
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.mytenders.co.uk/authority/noticecreate/Question602.aspx?ID=222740
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 Safety Framework
two.1.2) Main CPV code
- 45343000 - Fire-prevention installation works
two.1.3) Type of contract
Works
two.1.4) Short description
The is a framework for the provision of Fire Consultancy (FRA's and Compartmentation surveys), and works including Passive Fire protection, Suppression Systems and Fire Alarms/Emergency Lighting.
two.1.5) Estimated total value
Value excluding VAT: £150,000,000
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
Fire Consultancy Services
Lot No
1
two.2.2) Additional CPV code(s)
- 71313410 - Risk or hazard assessment for construction
- 90711100 - Risk or hazard assessment other than for construction
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot covers Fire Risk Assessments carried out by a UKAS Certified Competent Person and Compartmentation Surveys.
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
36
This contract is subject to renewal
Yes
Description of renewals
a further 12 month extension, up to a total of 48 months is available subject to review
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 15
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
Internal Passive Fire Protection
Lot No
2
two.2.2) Additional CPV code(s)
- 51700000 - Installation services of fire protection equipment
- 44221220 - Fire doors
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of this lot is to enable current and future clients of SEC to be able to access competent contractors who can carry out works arising from fire risk assessments and compartmentation surveys.
The work covered includes fire doors, frames, doorsets, glazing, fire stopping, seals and compartmentations works in communal areas and within dwellings.
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
36
This contract is subject to renewal
Yes
Description of renewals
an optional extension of 12 months up to a maximum of 48 months is available, subject to review
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 15
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
External Fire Protection
Lot No
3
two.2.2) Additional CPV code(s)
- 45262650 - Cladding works
- 44221000 - Windows, doors and related items
- 45343100 - Fireproofing work
- 45320000 - Insulation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is designed to encompass all external fire protection work and other associated works that form the external envelope to a building. This Lot is designed to allow Clients to conduct single or multiple work streams in relation to external fire protection and other capital works that will need to be carried out at the same time.
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
36
This contract is subject to renewal
Yes
Description of renewals
an optional extension of 12 months up to a maximum of 48 months is available, subject to review
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 15
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
Fire Alarms and Emergency Lighting
Lot No
4
two.2.2) Additional CPV code(s)
- 31518200 - Emergency lighting equipment
- 31625200 - Fire-alarm systems
- 31625100 - Fire-detection systems
- 31625000 - Burglar and fire alarms
- 45343220 - Fire-extinguishers installation work
- 35111300 - Fire extinguishers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot will cover installation, servicing and maintenance of fire alarms, emergency lighting systems, fire extinguishers and risers and other associated works as detailed.
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
36
This contract is subject to renewal
Yes
Description of renewals
an optional extension of 12 months up to a maximum of 48 months is available, subject to review
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 15
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
Fire Suppression Systems
Lot No
5
two.2.2) Additional CPV code(s)
- 35111500 - Fire suppression system
- 44115500 - Sprinkler systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the installation, servicing and maintenance of fire suppression systems, such as sprinklers and associated systems.
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
36
This contract is subject to renewal
Yes
Description of renewals
an optional extension of 12 months up to a maximum of 48 months is available, subject to review
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 15
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
Combined Works (Lots 2 to 5)
Lot No
6
two.2.2) Additional CPV code(s)
- 45343000 - Fire-prevention installation works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is designed for contractors who can cover all elements of lots 2 to 5.
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
36
This contract is subject to renewal
Yes
Description of renewals
an optional extension of 12 months up to a maximum of 48 months is available, subject to review
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 15
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
Bespoke Lot for Dacorum Borough Council - Fire Improvement Works
Lot No
7
two.2.2) Additional CPV code(s)
- 44221220 - Fire doors
- 31518200 - Emergency lighting equipment
- 31625100 - Fire-detection systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
A bespoke lot for Dacorum Borough Council's Fire Improvement Works, including fire doors, emergency lighting and fire detection.
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
36
This contract is subject to renewal
Yes
Description of renewals
an optional extension of 12 months up to a maximum of 48 months is available, subject to review
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 12
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
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
Selection criteria as stated in the procurement documents
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
Restricted 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: 56
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 June 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 August 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
SEC Frameworks may be accessed by all publicly funded organisations — access is not limited to SEC
Members alone.
South East Consortium Frameworks can be used by any organisation that fall in to one or more of the
categories listed in the following link
https://www.southeastconsortium.org.uk/services/how-to-use-our-services/who-can-use-our-frameworks
Note: to register your interest in this notice and obtain any additional information please visit the myTenders
Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=220126
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user
guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response
well in advance of the closing time to avoid any last minute problems.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222740.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:222740)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit