Section one: Contracting authority
one.1) Name and addresses
Places for People Group Ltd
4 The Pavillions
Preston
PR2 2YB
Contact
Emily Horrocks
suppliers@procurementhub.co.uk
Telephone
+44 8452667629
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.procurementhub.co.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://www.delta-esourcing.com/tenders/UK-UK-Preston:-Building-installation-work./8FFM7GSZ59
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-title/8FFM7GSZ59
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.delta-esourcing.com/tenders/UK-title/8FFM7GSZ59
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 Safety Dynamic Purchasing System
two.1.2) Main CPV code
- 45300000 - Building installation work
two.1.3) Type of contract
Works
two.1.4) Short description
Places for People are seeking to appoint a number of contractors/suppliers that consistently meet the standards required.
The contractors/suppliers will need to be able to provide a range of works to meet the varying requirements of Places for People and other organisations. As such, Places for People wish to form and let a Fire Safety Dynamic Purchasing System (DPS) which will be utilised and owned by Procurement Hub. It is intended that this DPS will be capable of being used by Contracting Authorities in the United Kingdom.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 24951210 - Fire-extinguisher powder
- 24951220 - Fire-extinguisher agents
- 31625000 - Burglar and fire alarms
- 31625200 - Fire-alarm systems
- 44165000 - Hoses, risers and sleeves
- 44165200 - Risers
- 44165210 - Flexible risers
- 45312100 - Fire-alarm system installation work
- 31518200 - Emergency lighting equipment
- 44115500 - Sprinkler systems
- 45343230 - Sprinkler systems installation work
- 24951230 - Fire-extinguisher charges
- 35111300 - Fire extinguishers
- 35111320 - Portable fire-extinguishers
- 45343220 - Fire-extinguishers installation work
- 39515110 - Smoke curtains
- 44212381 - Cladding
- 45262650 - Cladding works
- 71313410 - Risk or hazard assessment for construction
- 90711100 - Risk or hazard assessment other than for construction
- 71311000 - Civil engineering consultancy services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 44221220 - Fire doors
- 45343000 - Fire-prevention installation works
- 75251110 - Fire-prevention services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Procurement Hub are seeking to appoint a number of contractors that consistently meet the standards required. The contractors will need to be able to provide a range of works to meet the varying requirements of Places for People and other organisations.
The DPS will be not be divided into defined Lots. Instead contractors are asked to complete a matrix to provide details of the services that they can undertake. Suppliers can apply for as many work types as they wish. A brief description of each of the available work streams is provided below;
•Fire Safety Systems – Fire Detection and Alarms; inclusive of the installation, servicing (including upgrades), repairs, maintenance, and any associated works and services.
•Fire Safety Systems – Dry/Wet Risers; inclusive of the installation, servicing (including upgrades), repairs, maintenance, and any associated works and services.
•Fire Safety Systems – Automatic Opening Vents (AOV's); inclusive of the installation, servicing (including upgrades), repairs, maintenance, and any associated works and services.
•Fire Safety Systems – Emergency Lighting; inclusive of the installation, servicing (including upgrades), repairs, maintenance, and any associated works and services.
•Fire Safety Systems – Automatic Suppression/Sprinkler Systems; inclusive of the installation, servicing (including upgrades), repair, maintenance and any associated works and services.
•Fire Safety Systems – Portable Extinguishing Equipment; inclusive of the installation, servicing (including upgrades), repair, maintenance and any associated works and services.
•Fire Safety Systems – Alert & Evacuation Systems; Inclusive of the installation, servicing (including upgrades), repair, maintenance and any associated works and services.
•Fire Safety Systems – Fire Hose Reels; Inclusive of the installation, servicing (including upgrades), repair, maintenance and any associated works and services.
•Fire Safety Systems – Smoke Curtains; Inclusive of the installation, servicing (including upgrades), repair, maintenance and any associated works and services.
•External Wall Systems; Inclusive of the Inspections, specifications, installation, servicing (including upgrades), repair, maintenance and any associated works and services.
•Consultancy: Design; Inclusive of the design of fire related systems, including the development of maintenance programs.
•Consultancy: Other; Inclusive of Contractor Administration, Creating Technical Specifications, Training and any associated works and services.
•EWS1 Forms - Inclusive of Fire Risk Assessment of External Wall Systems, providing remedial actions and associated works and services.
•Fire Risk Assessments – The provision of type 1 and type 3 fire risk assessments and associated works and services.
•Passive Fire Contractors - Including the installation, servicing (including upgrades), repair, maintenance of the passive fire products and any associated works and services.
The list of services that may be required under this agreement include routine servicing, testing, maintenance, commissioning, and repairs. The agreement may also be used for inspections, design, modernisation, replacement, refurbishment, retro fit and installation programmes.
Services may be required in a variety of settings, including commercial, residential, and non-residential properties across the public sector.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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: 1
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
For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this DPS without limitation, see the below link: https://www.procurementhub.co.uk/eligibility-criteria/. Initial applications to join the DPS close on 30/07/21. The DPS will go live on 10/08/21 and will remain open for further submissions until its expiry on 10/08/31
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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
30 July 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 August 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/8FFM7GSZ59
GO Reference: GO-2021628-PRO-18471271
six.4) Procedures for review
six.4.1) Review body
Crown Commercial Services
1 Horse Guards Road
London
SW1A 2HQ
Telephone
+44 3454102222
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Court of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Crown Commercial Services
1 Horse Guards Road
London
SW1A 2HQ
Telephone
+44 3454102222
Country
United Kingdom