Section one: Contracting authority
one.1) Name and addresses
Royal Free London NHS Foundation Trust
Service Level, Royal Free Hospital, Pond Street
London
NW3 2QG
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PR5880 Royal Free London Compliance Programme: Phase 2 - Compartmentation, Fire Doors and Fire Alarms
Reference number
DN530167
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Partners Procurement Service (“PPS”) on behalf of the Royal Free London NHS Foundation Trust (the "Authority") is issuing this Invitation to Tender ("ITT") in connection with the competitive procurement of the Royal Free London Compliance Programme: Phase 2 - Compartmentation, Fire Doors and Fire Alarms.
The objective of the works is to address areas that present numerous fire safety deficiencies in the Royal Free Hospital building. This includes fire doors that are no longer fit-for-purpose or substandard, lack of fire-stopping and breaches in compartmentation as well as to ensure there is a fully compliant fire alarm system. These works are to ensure there is a fully compliant fire compartmentation and fire alarm system.
The procurement will be divided into two Lots that will run parallel to each other:
• Lot 1: Fire Alarm Installations, Podium Levels
• Lot 2: Fire Alarm Installations, Tower Levels
two.1.5) Estimated total value
Value excluding VAT: £6,400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Lot 1: Fire Compliance Programme – Phase 2 – Compartmentation, Fire Doors and Fire Alarms Part 1, Podium Levels
Lot No
1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 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
A bidder may bid for one or both lots, however, each submission for each lot is standalone and a full separate response is required for each lot to be compliant.
The objective of the works is to address areas that present numerous fire safety deficiencies in the Royal Free Hospital, Hampstead building. This includes fire doors that are no longer fit-for-purpose or substandard, lack of fire-stopping and breaches in compartmentation as well as to ensure there is a fully compliant fire alarm system. These works are to ensure there is a fully compliant fire compartmentation and fire alarm system. The works generally consist of the following:
• Design works as required;
• Fire compartmentation repairs and alterations;
• Fire door repairs and replacements;
• Fire damper repairs and replacements;
• Programming, commissioning and witness testing of installations progressively; and
• Provision of accurate record drawings, zone plans, component logs and asset register.
Fire Doors: All fire rated doors will be installed with 60-minute protection with associated ironmongery set out via door schedules
Fire Dampers: Repair or installation of Blue River compatible smoke dampers will be commissioned and interfaced with the fire alarm systems on all current fire break breaches. The project may also extend to the removal of those fire and smoke dampers which are not required. This includes the physical removal of the redundant dampers along with their power and controls.
Compartmentation: Fire compartment and sub compartment wall repairs will be as appropriate to the existing material which may be blockwork, stud and plasterboard or solid plaster panel construction. Fire rated lines will consist of 60 minutes to compartment line and 90 minutes to protected shafts and service risers.
Fire Alarm: The objective of the works is to ensure there is a fully compliant fire alarm system to L1 throughout all areas, including the installation of additional detection, re-zoning, new sounder bases and removal of old equipment including bells and bell circuits.
Central to these compliance objectives is the need for a design risk assessment, which should be undertaken as an integral design process, taking into account current use and occupancy of the areas concerned.
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: £3,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
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.2.13) 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
Lot 2: Fire Compliance Programme – Phase 2 – Compartmentation, Fire Doors and Fire Alarms Part 2, Tower Levels
Lot No
2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 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
A bidder may bid for one or both lots, however, each submission for each lot is standalone and a full separate response is required for each lot to be compliant.
The objective of the works is to address areas that present numerous fire safety deficiencies in the Royal Free Hospital, Hampstead building. This includes fire doors that are no longer fit-for-purpose or substandard, lack of fire-stopping and breaches in compartmentation as well as to ensure there is a fully compliant fire alarm system. These works are to ensure there is a fully compliant fire compartmentation and fire alarm system. The works generally consist of the following:
• Design works as required;
• Fire compartmentation repairs and alterations;
• Fire door repairs and replacements;
• Fire damper repairs and replacements;
• Programming, commissioning and witness testing of installations progressively; and
• Provision of accurate record drawings, zone plans, component logs and asset register.
Fire Doors: All fire rated doors will be installed with 60-minute protection with associated ironmongery set out via door schedules
Fire Dampers: Repair or installation of Blue River compatible smoke dampers will be commissioned and interfaced with the fire alarm systems on all current fire break breaches. The project may also extend to the removal of those fire and smoke dampers which are not required. This includes the physical removal of the redundant dampers along with their power and controls.
Compartmentation: Fire compartment and sub compartment wall repairs will be as appropriate to the existing material which may be blockwork, stud and plasterboard or solid plaster panel construction. Fire rated lines will consist of 60 minutes to compartment line and 90 minutes to protected shafts and service risers.
Fire Alarm: The objective of the works is to ensure there is a fully compliant fire alarm system to L1 throughout all areas, including the installation of additional detection, re-zoning, new sounder bases and removal of old equipment including bells and bell circuits.
Central to these compliance objectives is the need for a design risk assessment, which should be undertaken as an integral design process, taking into account current use and occupancy of the areas concerned.
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: £3,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
Originally published as:
Date
28 June 2021
Local time
10:00am
Changed to:
Date
28 July 2021
Local time
10:00am
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 June 2021
Local time
10:00am
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
The High Court of Justice
The Royal Court of Justice
London
WC2A 2LL
Country
United Kingdom