Opportunity

Fire Safety Framework

  • South East Consortium

F02: Contract notice

Notice reference: 2021/S 000-010162

Published 10 May 2021, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

South East Consortium

Grosvenor House, 125 High Street, Croydon

Surrey

CR0 9XP

Email

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

Email

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