Opportunity

ITT for the Provision of Fire Safety Reactive Works

  • Accent Housing limited

F02: Contract notice

Notice reference: 2024/S 000-011673

Published 10 April 2024, 3:49pm



Section one: Contracting authority

one.1) Name and addresses

Accent Housing limited

3rd Floor, Scorex House, 1 Bolton Road

Bradford

BD1 4AS

Contact

Procurement

Email

noreply@accentgroup.org

Telephone

+44 01274123123

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.accentgroup.org

Buyer's address

https://www.accentgroup.org

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/accenthousing

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ITT for the Provision of Fire Safety Reactive Works

Reference number

AG-TR-01-2024

two.1.2) Main CPV code

  • 75251110 - Fire-prevention services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender is designed to deliver responsive repairs and ad-hoc replacements to fire safety equipment and systems such as fire doors, automatic smoke vents, fire alarms and emergency lighting, the contract is necessary to remain compliant with fire safety regulations such as the Fire Safety Regulations 2022, Fire Regulatory Reform Order 2005 Safety and The Building Safety Act 2022, in addition to multiple British Standards in relation to fire safety.The tender will be split into 3 geographical lots, North (covering North West, North East and Yorkshire), East and South.The successful contractor(s) will have a proven track record of providing these services/works. The initial contract period will be 24 months, with the options to extend based on 2 x 12 month extension periods - subject to performance.All correspondence regarding this Tender must be via the In-tend portal, no emails will be responded to.

two.1.5) Estimated total value

Value excluding VAT: £1

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers can bid for all lots, however a maximum number of lots that may be awarded is 2.

two.2) Description

two.2.1) Title

Lot 1 - North

Lot No

1 - North

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

Lot 1 - North

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: £1

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Initial Contract Term is for 24 Months with an option to extend a further 2 x 12 months

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 - East

Lot No

Lot 2 - East

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

Lot 2 - East

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: £1

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Initial Contract Term is 24 Months with the option to extend a further 2 x 12 months

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 3 - South

Lot No

3 - South

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

Lot 3 - South

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: £1

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Initial Contract Term is 24 Months with the option to extend a further 2 x 12 months

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

Please see ITT 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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 May 2024

Local time

10:00am

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 10 September 2024

four.2.7) Conditions for opening of tenders

Date

10 May 2024

Local time

10:00am

Place

In-tend e-sourcing platform


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 Years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Please see ITT Documents for further information.