Opportunity

Passive Fire Protection

  • EFFICIENCY EAST MIDLANDS LIMITED

F02: Contract notice

Notice reference: 2022/S 000-014715

Published 26 May 2022, 11:03am



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Unit 3 Maisies Way

Alfreton

DE55 2DS

Contact

Jonathan Tomalin

Email

tenders@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

NUTS code

UKF - East Midlands (England)

Internet address(es)

Main address

https://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

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Passive Fire Protection

Reference number

EEM0053-22

two.1.2) Main CPV code

  • 75251110 - Fire-prevention services

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:

(https://www.westworks.org.uk)

(https://www.southeastconsortium.org.uk)

(https://www.advantagesouthwest.co.uk)

EEM are conducting this tender exercise to procure a Passive Fire Protection Framework to replace our existing Framework which will expire late 2022. The Framework will provide EEM Members with a provision for their Passive Fire Protection including but not limited to, carrying out surveys, fire door installs and repairs, compartmental surveys and remedial works, covering high and low rise buildings. The Framework agreement will be for a period of 48 months, running from Monday 14th November 2022 to 13th November 2026. It is expected that a maximum of 8 Contractors may be appointed onto each of the geographical lots of the Framework, ensuring that all our member's requirements are covered taking into consideration the range of locations our members are located in. The Framework requires EEM to cover the UK under the following sub lots:

Lot 1 is being created to support Members with the geographical area Midlands.

Lot 2 is being created to support Members with the geographical area London.

Lot 3 is being created to support Members with the geographical area National.

Further details and how to respond to this tender or review the documentation, please:

1) Go to the portal https://xantive.supplierselect.com

(https://xantive.supplierselect.com)

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

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

Passive Fire Protection Framework Lot 1 - Midlands

Lot No

1

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works
  • 71315400 - Building-inspection services
  • 71631300 - Technical building-inspection services
  • 75251110 - Fire-prevention 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 1 is being created to support Members appoint experienced and competent Contractors to undertake the passive fire protection services on behalf of EEM Members in the Midlands providing them with the provision in terms of their legal compliance that would meet all the current and future fire protection legislations, ensuring that all works required are carried out to the latest relevant standards and regulations with high standards of safety and performance throughout the duration of the Framework.

The Framework will provide EEM Members with a route to procure the services, but not be restricted to the following list:

• Fire Risk Assessment (FRA)

• Fire Protection Consultancy

• Passive Fire Protection strategy and advice.

• CDM & Building Regulation Assistant Management including designing.

• Fire Engineers Services.

• Supply and fit of fire doorset and associated areas including and fire door repairs.

• Building escape route surveys.

• Compartmentation survey and projects.

• Fire Signage

• EWS Forms (External Wall Systems) process and forms.

• Expert Witness Advice.

• Low rise cladding services

• High rise cladding services

All works must comply to the current safety regulations standards. All installs, refurbishment works or FRA services have a purpose of enhancing quality performance whilst reducing long term issues and delivering a compliant solutions with value for money. There are some passive fire principles, that we are to ensure our Member are provided with from any calls off from this Framework:

• Protecting escape routes by keeping safe waypoints

• Protecting building integrity

• Resisting heat conduction (insulation)

• Limiting the spread of fire, hot gases, and smoke by containing it within a single zone or compartment

The Framework is designed to help Members manage their buildings and environments as occupiers or landlords in the provision of life safety, property, environmental and asset protection.

two.2.5) Award criteria

Quality criterion - Name: Quality Assessment / Weighting: 40

Quality criterion - Name: Competence Assessment / Weighting: Pass/Fail

Cost criterion - Name: Consultancy Cost / Weighting: 5

Cost criterion - Name: Compartmentation Schedule / Weighting: 15

Cost criterion - Name: Door & Glazing Schedule / Weighting: 15

Cost criterion - Name: Survey Schedule / Weighting: 10

Cost criterion - Name: Compartmentation Works Scenario / Weighting: 5

Cost criterion - Name: Door Works Scenario / Weighting: 5

Cost criterion - Name: Survey Scenario / Weighting: 5

two.2.6) Estimated value

Value excluding VAT: £125,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 November 2022

End date

13 November 2026

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

Passive Fire Protection Lot 2 - London

Lot No

2

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works
  • 71315400 - Building-inspection services
  • 71631300 - Technical building-inspection services
  • 75251110 - Fire-prevention 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)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Lot 2 is being created to support Members appoint experienced and competent Contractors to undertake the passive fire protection services on behalf of EEM Members in the London providing them with the provision in terms of their legal compliance that would meet all the current and future fire protection legislations, ensuring that all works required are carried out to the latest relevant standards and regulations with high standards of safety and performance throughout the duration of the Framework.

The Framework will provide EEM Members with a route to procure the services, but not be restricted to the following list:

• Fire Risk Assessment (FRA)

• Fire Protection Consultancy

• Passive Fire Protection strategy and advice.

• CDM & Building Regulation Assistant Management including designing.

• Fire Engineers Services.

• Supply and fit of fire doorset and associated areas including and fire door repairs.

• Building escape route surveys.

• Compartmentation survey and projects.

• Fire Signage

• EWS Forms (External Wall Systems) process and forms.

• Expert Witness Advice.

• Low rise cladding services

• High rise cladding services

All works must comply to the current safety regulations standards. All installs, refurbishment works or FRA services have a purpose of enhancing quality performance whilst reducing long term issues and delivering a compliant solutions with value for money. There are some passive fire principles, that we are to ensure our Member are provided with from any calls off from this Framework:

• Protecting escape routes by keeping safe waypoints

• Protecting building integrity

• Resisting heat conduction (insulation)

• Limiting the spread of fire, hot gases, and smoke by containing it within a single zone or compartment

The Framework is designed to help Members manage their buildings and environments as occupiers or landlords in the provision of life safety, property, environmental and asset protection.

two.2.5) Award criteria

Quality criterion - Name: Quality Assessment / Weighting: 40

Quality criterion - Name: Competence Assessment / Weighting: Pass/Fail

Cost criterion - Name: Consultancy Cost / Weighting: 5

Cost criterion - Name: Compartmentation Schedule / Weighting: 15

Cost criterion - Name: Door & Glazing Schedule / Weighting: 15

Cost criterion - Name: Survey Schedule / Weighting: 10

Cost criterion - Name: Compartmentation Works Scenario / Weighting: 5

Cost criterion - Name: Door Works Scenario / Weighting: 5

Cost criterion - Name: Survey Scenario / Weighting: 5

two.2.6) Estimated value

Value excluding VAT: £25,000,000

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

Passive Fire Protection Framework Lot 3 - National

Lot No

3

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works
  • 71315400 - Building-inspection services
  • 71631300 - Technical building-inspection services
  • 75251110 - Fire-prevention 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 appoint experienced and competent Contractors to undertake the passive fire protection services on behalf of EEM Members in the Midlands providing them with the provision in terms of their legal compliance that would meet all the current and future fire protection legislations, ensuring that all works required are carried out to the latest relevant standards and regulations with high standards of safety and performance throughout the duration of the Framework.

The Framework will provide EEM Members with a route to procure the services, but not be restricted to the following list:

• Fire Risk Assessment (FRA)

• Fire Protection Consultancy

• Passive Fire Protection strategy and advice.

• CDM & Building Regulation Assistant Management including designing.

• Fire Engineers Services.

• Supply and fit of fire doorset and associated areas including and fire door repairs.

• Building escape route surveys.

• Compartmentation survey and projects.

• Fire Signage

• EWS Forms (External Wall Systems) process and forms.

• Expert Witness Advice.

• Low rise cladding services

• High rise cladding services

All works must comply to the current safety regulations standards. All installs, refurbishment works or FRA services have a purpose of enhancing quality performance whilst reducing long term issues and delivering a compliant solutions with value for money. There are some passive fire principles, that we are to ensure our Member are provided with from any calls off from this Framework:

• Protecting escape routes by keeping safe waypoints

• Protecting building integrity

• Resisting heat conduction (insulation)

• Limiting the spread of fire, hot gases, and smoke by containing it within a single zone or compartment

The Framework is designed to help Members manage their buildings and environments as occupiers or landlords in the provision of life safety, property, environmental and asset protection.

two.2.5) Award criteria

Quality criterion - Name: Quality Assessment / Weighting: 40

Quality criterion - Name: Competence Assessment / Weighting: Pass/Fail

Cost criterion - Name: Consultancy Cost / Weighting: 5

Cost criterion - Name: Compartmentation Schedule / Weighting: 15

Cost criterion - Name: Door & Glazing Schedule / Weighting: 15

Cost criterion - Name: Survey Schedule / Weighting: 10

Cost criterion - Name: Compartmentation Works Scenario / Weighting: 5

Cost criterion - Name: Door Works Scenario / Weighting: 5

Cost criterion - Name: Survey Scenario / Weighting: 5

two.2.6) Estimated value

Value excluding VAT: £100,000,000

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As described in the tender 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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 July 2022

Local time

12:00pm

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 July 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

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