Opportunity

Fire-related works framework

  • Network Homes

F02: Contract notice

Notice reference: 2021/S 000-013927

Published 18 June 2021, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

Network Homes

The Hive, 22 Wembley Park Boulevard

Wembley

HA9 0HP

Email

procurement@networkhomes.org.uk

Telephone

+44 2087824312

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://networkhomes.org.uk

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Fire-prevention-installation-works./43NEQE5N2S

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Fire-prevention-installation-works./43NEQE5N2S

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

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-related works framework

two.1.2) Main CPV code

  • 45343000 - Fire-prevention installation works

two.1.3) Type of contract

Works

two.1.4) Short description

A Framework in 2 Lots

Lot 1- FRA remedial works/passive fire protection (PFP)

Lot 2- Fire safety works (eg the Installation of Alarms. Sprinklers and water mist systems, AOV’s, Dry and Wet risers, Emergency lighting and other associated works.)

two.1.5) Estimated total value

Value excluding VAT: £32,000,000

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

Lot 1- FRA Remedial Works (PFP)

Lot No

1

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works
  • 44221220 - Fire doors
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKH23 - Hertfordshire
Main site or place of performance

LONDON,Hertfordshire

two.2.4) Description of the procurement

This is Lot 1

1) Remedial works (Passive Fire Protection)

Works could include (but not exclusively)

• Fire doors and furniture

• Fire resisting air transfer grilles

• Fire resisting glazing

• Linear gap seals

• Penetration seals for cables, pipes and other services.

• Cavity Barriers

• Ceiling Systems

• Compartment seals

- compartmentation

- enclosures

and other associated works

as set out in the Specification

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: £28,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

Maximum number: 9

Objective criteria for choosing the limited number of candidates:

As set out in the SQ documentation.

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.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/43NEQE5N2S

two.2) Description

two.2.1) Title

Lot 2- Fire Safety Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works
  • 31518200 - Emergency lighting equipment
  • 31625100 - Fire-detection systems
  • 45312100 - Fire-alarm system installation work
  • 44115500 - Sprinkler systems
  • 35111500 - Fire suppression system

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance

LONDON,Bedfordshire and Hertfordshire

two.2.4) Description of the procurement

Lot 2- Fire safety installations, which could include, but not exclusively:

Fire Alarms

Sprinklers and water mist systems

AOVs (automatic over-ride vents)

Emergency lighting

Dry risers and wet risers

Other associated/related works

in accordance with and set out in the Specification

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: £4,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

Maximum number: 9

Objective criteria for choosing the limited number of candidates:

As set out in the SQ documents

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

Installers for Lot 1 will need to be FIRAS-accredited

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.2.2) Contract performance conditions

As set out in the documentation


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

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

23 July 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 August 2021

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

Duration in months: 5 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Network Homes wishes to establish a Framework Agreement for the provision of Fire related works.

We are one of the UK’s leading housing associations with over 40 years’ experience developing award winning homes. A member of the G15 Group of London’s largest housing associations, we own and manage approx. 21,000 homes across London, Hertfordshire and the South East. We love to build homes and we take great pride in the quality of the homes we deliver. For further details visit www.networkhomes.org.uk

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Fire-prevention-installation-works./43NEQE5N2S

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/43NEQE5N2S

GO Reference: GO-2021618-PRO-18424304

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

N/A

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will observe a minimum 10 calendar day standstill period from the day of communication to the tenderers of the authority's intended award decision.

There is no right of appeal to the contracting authority and instead the UK Public Contracts Regulations 2015 provide for an aggrieved party to apply to the High Court of England and Wales concerning any alleged breach unless an extension is agreed by the Courts.

Full information regarding appeals can be obtained from the body responsible for the appeal procedure as stated in VI.4.1).

six.4.4) Service from which information about the review procedure may be obtained

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom