Opportunity

Fire Safety Dynamic Purchasing System

  • Places for People Group Ltd

F02: Contract notice

Notice reference: 2021/S 000-014668

Published 28 June 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Places for People Group Ltd

4 The Pavillions

Preston

PR2 2YB

Contact

Emily Horrocks

Email

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:

https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Building-installation-work./8FFM7GSZ59

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