- Scope of the procurement
- Lot 1 Midlands. Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework
- Lot 2 Greater London. Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework
- Lot 3 National Coverage. Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework
Section one: Contracting authority
one.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
Unit 3 Maisies Way
Alfreton
DE55 2DS
Telephone
+44 1246395610
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
https://xantive.supplierselect.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://xantive.supplierselect.com/
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 & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework
Reference number
EEM0067
two.1.2) Main CPV code
- 50413200 - Repair and maintenance services of firefighting equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes and manages a range of framework and DPS agreements. Our membership has now grown to 261 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services, Government Agencies and Charities.
EEM have also established a formal collaboration with 3 like minded procurement consortia - Westworks, South East Consortium and Advantage South West.
The membership list for these three consortia may be obtained from the following website addresses:
www.southeastconsortium.org.uk
EEM are conducting this tender exercise to create a Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment, Emergency Lighting Systems Framework to replace our existing framework that will expire in 2022.
The framework has been split into geographical lots:
• Lot 1 - Midlands
• Lot 2 - Greater London
• Lot 3 - National Coverage
two.1.5) Estimated total value
Value excluding VAT: £600,000,000
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: 3
two.2) Description
two.2.1) Title
Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework
Lot No
Lot 1 Midlands
two.2.2) Additional CPV code(s)
- 31518200 - Emergency lighting equipment
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 31625300 - Burglar-alarm systems
- 35111000 - Firefighting equipment
- 39525400 - Fire blankets
- 44115500 - Sprinkler systems
- 44221220 - Fire doors
- 44482100 - Fire hoses
- 44482200 - Fire hydrants
- 45312100 - Fire-alarm system installation work
- 45312200 - Burglar-alarm system installation work
- 45343100 - Fireproofing work
- 45343200 - Firefighting equipment installation work
- 45343210 - CO2 fire-extinguishing equipment installation work
- 45343220 - Fire-extinguishers installation work
- 45343230 - Sprinkler systems installation work
- 50413200 - Repair and maintenance services of firefighting equipment
- 50700000 - Repair and maintenance services of building installations
- 51700000 - Installation services of fire protection equipment
- 75251110 - Fire-prevention services
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Lot 1 is being created to support Members located in the Midlands meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.
The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.
• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).
• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).
• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).
• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxillary Relays, Loop Sounders)
• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.
• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs.
• Aspirating System Installations, Upgrades, Maintenance and Repairs.
• Fire Protection Equipment Supply, Maintenance, and Refill
o Fire Extinguishers
o Fire Hydrants
o Fire Dampers
o Fire Shutters
o Fire Blankets
o Fire Evacuation Chairs
o Hose Reels, Inlets, Valves and Nozzles
o Safety Signs
• Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades.
• Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades.
• Fire Door Inspection Services
• Emergency Lighting Systems Maintenance, Repairs and System Upgrades.
• Fire and Intruder Alarm Engineers
• All builders work and making good/redecoration of all building fabric disturbed by associated works.
• Testing, commissioning, and system demonstrations, as fitted drawings and operation and maintenance manuals and any other works associated with contracts including any of the above-described works.
two.2.5) Award criteria
Quality criterion - Name: Minimum Framework Requirements Assessment / Weighting: Pass/Fail
Quality criterion - Name: Tender Assessment Questions / Weighting: 40%
Cost criterion - Name: Fire Alarm System Servicing and Maintenance / Weighting: 10%
Cost criterion - Name: Intruder Alarm System Servicing and Maintenance / Weighting: 7.5%
Cost criterion - Name: Sprinkler System Servicing and Maintenance / Weighting: 7.5%
Cost criterion - Name: Emergency Lighting Servicing and Maintenance / Weighting: 7.5%
Cost criterion - Name: Schedule of Rates / Weighting: 10%
Cost criterion - Name: Install Scenario / Weighting: 2.5%
Cost criterion - Name: Servicing Scenario / Weighting: 10%
Cost criterion - Name: Callout and Labour Rates / Weighting: 5%
two.2.6) Estimated value
Value excluding VAT: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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) Description
two.2.1) Title
Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework
Lot No
Lot 2 Greater London
two.2.2) Additional CPV code(s)
- 31518200 - Emergency lighting equipment
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 31625300 - Burglar-alarm systems
- 35111000 - Firefighting equipment
- 39525400 - Fire blankets
- 44115500 - Sprinkler systems
- 44221220 - Fire doors
- 44482100 - Fire hoses
- 44482200 - Fire hydrants
- 45312100 - Fire-alarm system installation work
- 45312200 - Burglar-alarm system installation work
- 45343100 - Fireproofing work
- 45343200 - Firefighting equipment installation work
- 45343210 - CO2 fire-extinguishing equipment installation work
- 45343220 - Fire-extinguishers installation work
- 45343230 - Sprinkler systems installation work
- 50413200 - Repair and maintenance services of firefighting equipment
- 50700000 - Repair and maintenance services of building installations
- 51700000 - Installation services of fire protection equipment
- 75251110 - Fire-prevention services
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 2 is being created to support Members located in Greater London meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.
The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.
• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).
• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).
• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).
• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxiliary Relays, Loop Sounders).
• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.
• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs..
• Aspirating System Installations, Upgrades, Maintenance and Repairs.
• Fire Protection Equipment Supply, Maintenance, and Refill
o Fire Extinguishers
o Fire Hydrants
o Fire Dampers
o Fire Shutters
o Fire Blankets
o Fire Evacuation Chairs
o Hose Reels, Inlets, Valves and Nozzles
o Safety Signs
• Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades.
• Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades.
• Fire Door Inspection Services.
• Emergency Lighting Systems Maintenance, Repairs and System Upgrades.
• Fire and Intruder Alarm Engineers.
• All builders work and making good/redecoration of all building fabric disturbed by associated works.
• Testing, commissioning, and system demonstrations, as fitted drawings and operation and maintenance manuals and any other works associated with contracts including any of the above-described works.
two.2.5) Award criteria
Quality criterion - Name: Minimum Framework Requirements Assessment / Weighting: Pass/Fail
Quality criterion - Name: Tender Assessment Questions / Weighting: 40%
Cost criterion - Name: Fire Alarm System Servicing and Maintenance / Weighting: 10%
Cost criterion - Name: Intruder Alarm System Servicing and Maintenance / Weighting: 7.5%
Cost criterion - Name: Sprinkler System Servicing and Maintenance / Weighting: 7.5%
Cost criterion - Name: Emergency Lighting Servicing and Maintenance / Weighting: 7.5%
Cost criterion - Name: Schedule of Rates / Weighting: 10%
Cost criterion - Name: Install Scenario / Weighting: 2.5%
Cost criterion - Name: Servicing Scenario's / Weighting: 10%
Cost criterion - Name: Callout and Labour Rates / Weighting: 5%
two.2.6) Estimated value
Value excluding VAT: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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) Description
two.2.1) Title
Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework
Lot No
Lot 3 National Coverage
two.2.2) Additional CPV code(s)
- 31518200 - Emergency lighting equipment
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 31625300 - Burglar-alarm systems
- 35111000 - Firefighting equipment
- 39525400 - Fire blankets
- 44115500 - Sprinkler systems
- 44221220 - Fire doors
- 44482100 - Fire hoses
- 44482200 - Fire hydrants
- 45312100 - Fire-alarm system installation work
- 45312200 - Burglar-alarm system installation work
- 45343100 - Fireproofing work
- 45343200 - Firefighting equipment installation work
- 45343210 - CO2 fire-extinguishing equipment installation work
- 45343220 - Fire-extinguishers installation work
- 45343230 - Sprinkler systems installation work
- 50413200 - Repair and maintenance services of firefighting equipment
- 50700000 - Repair and maintenance services of building installations
- 51700000 - Installation services of fire protection equipment
- 75251110 - Fire-prevention services
- 79711000 - Alarm-monitoring 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
Lot 3 is being created to support Members located throughout England and Wales meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.
The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.
• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).
• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).
• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).
• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxiliary Relays, Loop Sounders).
• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.
• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs.
• Aspirating System Installations, Upgrades, Maintenance and Repairs.
• Fire Protection Equipment Supply, Maintenance, and Refill
o Fire Extinguishers
o Fire Hydrants
o Fire Dampers
o Fire Shutters
o Fire Blankets
o Fire Evacuation Chairs
o Hose Reels, Inlets, Valves and Nozzles
o Safety Signs
• Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades.
• Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades.
• Fire Door Inspection Services.
• Emergency Lighting Systems Maintenance, Repairs and System Upgrades.
• Fire and Intruder Alarm Engineers.
• All builders work and making good/redecoration of all building fabric disturbed by associated works.
• Testing, commissioning, and system demonstrations, as fitted drawings and operation and maintenance manuals and any other works associated with contracts including any of the above-described works.
two.2.5) Award criteria
Quality criterion - Name: Minimum Framework Requirements Assessment / Weighting: Pass/Fail
Quality criterion - Name: Method Statement Assessment Questions / Weighting: 40%
Cost criterion - Name: Fire Alarm System Servicing and Maintenance / Weighting: 10%
Cost criterion - Name: Intruder Alarm System Servicing and Maintenance / Weighting: 7.5%
Cost criterion - Name: Sprinkler System Servicing and Maintenance / Weighting: 7.5%
Cost criterion - Name: Emergency Lighting Servicing and Maintenance / Weighting: 7.5%
Cost criterion - Name: Schedule of Rates / Weighting: 10%
Cost criterion - Name: Install Scenario / Weighting: 2.5%
Cost criterion - Name: Servicing Scenario's / Weighting: 10%
Cost criterion - Name: Callout and Labour Rates / Weighting: 5%
two.2.6) Estimated value
Value excluding VAT: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
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
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-030999
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 July 2022
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
15 July 2022
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The call-off contracts to be awarded pursuant to the framework agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 5 years beyond expiry of the 4-year framework term.
Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime .
Where the contract notice states a maximum of suppliers to be appointed to the Framework, this means within each lot. EEM reserves the right to appoint less than the numbers stated.
This framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this framework agreement as Authorised Users:
1) any Member of EEM which for the avoidance of doubt currently includes 3 partner consortia - Westworks(www.westworks.org.uk), Advantage South West (www.advantagesouthwest.co.uk) and South East Consortium (www.southeastconsortium.org.uk).
A full list of current members is available at www.eem.org.uk
2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or our partner consortia in accordance with the applicable constitutional documents;
3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above) . Further details regarding the authorised users of this framework can be found in the ITT documents. To respond to this tender or review the documentation, please:
1) Go to the portal https://xantive.supplierselect.com
2) If you need to register a new account follow the prompts to set up your organisation;
3) When you sign in select 'Public Projects' from the menu (top right). A list of all open tenders will be displayed;
4) Select 'EEM0067 Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework ' from the list of projects and then 'Create Opportunity'. That will give you access to the basic information;
5) Click 'Accept Opportunity' to get more detail including all clarification logs. There is no obligation to submit a response;
6) If you do wish to submit a response, do so before the deadline by changing the status to submitted. You will only be allowed to submit if every mandatory question is answered.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
Correspondence Team, Cabinet Office, Whitehall
London
SW1A 2AS
Country
United Kingdom