Tender

Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework

  • EFFICIENCY EAST MIDLANDS LIMITED

F02: Contract notice

Notice identifier: 2022/S 000-013592

Procurement identifier (OCID): ocds-h6vhtk-03008e

Published 20 May 2022, 12:11pm



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Unit 3 Maisies Way

Alfreton

DE55 2DS

Email

tenders@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.eem.org.uk

Buyer's address

www.eem.org.uk

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.westworks.org.uk

www.southeastconsortium.org.uk

www.advantagesouthwest.co.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