Tender

PA Housing Fire Safety Maintenance Contract's

  • PA Housing Limited

F02: Contract notice

Notice identifier: 2021/S 000-024653

Procurement identifier (OCID): ocds-h6vhtk-02e7ba

Published 4 October 2021, 4:24pm



Section one: Contracting authority

one.1) Name and addresses

PA Housing Limited

3 Bede Island Road

Leicester

LE2 7EA

Contact

Jitesh Jivram

Email

jitesh.jivram@pahousing.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://pahousing.co.uk

one.3) Communication

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

https://intendhost.co.uk/pahousing/aspx/Home

Additional information can be obtained from the above-mentioned address

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

PA Housing Fire Safety Maintenance Contract's

Reference number

PAPP-0268

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

Contracts for Fire Safety Maintenance and also other compliancy related testing and serving work streams to properties owned / managed by Paragon Asra Housing Limited (PA Housing).

two.1.5) Estimated total value

Value excluding VAT: £1,875,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Fire Safety Servicing and Maintenance - London and South East

Lot No

1

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 42521000 - Smoke-extraction equipment
  • 35111500 - Fire suppression system
  • 31518200 - Emergency lighting equipment
  • 38431200 - Smoke-detection apparatus
  • 44221220 - Fire doors

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Properties owned and managed by PA Housing

two.2.4) Description of the procurement

These contracts are for Fire Safety Maintenance and also other compliancy related testing and serving work streams to properties owned / managed by Paragon Asra Housing Limited (PA Housing).The services required by this contract, can include but are not restricted to:i. Maintenance of Fire Alarm Systems – Servicing. This includes Dry Risers Maintenance, Automatic Opening Vents (AOV’s), Sprinkler Systems amongst others.ii. Fire extinguishersiii. Red care systemsiv. Ad hoc repairs of door access controls and systems, including powered doors and associated reactive repairsv. Servicing and maintenance of emergency lighting, including car park lighting where required.vi. Servicing and maintenance of Ventilation of systems where required.vii. Car Park ventilation systems

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: £1,250,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the contracts will commence in August 2022 and run for a period of five years with the option for renewal, as decided by PA Housing, for an extension of up to a further one year plus one year. The maximum duration of the contracts is therefore seven years.

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Section 6.

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

Candidates are to note that the estimated contract value is based upon the initial term of five years and is inclusive of VAT.

two.2) Description

two.2.1) Title

Fire Safety Servicing and Maintenance - The Midlands

Lot No

2

two.2.2) Additional CPV code(s)

  • 35111500 - Fire suppression system
  • 42521000 - Smoke-extraction equipment
  • 31518200 - Emergency lighting equipment
  • 31625100 - Fire-detection systems
  • 38431200 - Smoke-detection apparatus
  • 44221220 - Fire doors

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKF - East Midlands (England)
Main site or place of performance

Properties owned and managed by PA Housing

two.2.4) Description of the procurement

The services required by this contract, can include but are not restricted to:i. Maintenance of Fire Alarm Systems – Servicing. This includes Dry Risers Maintenance, Automatic Opening Vents (AOV’s), Sprinkler Systems amongst others.ii. Fire extinguishersiii. Red care systemsiv. Ad hoc repairs of door access controls and systems, including powered doors and associated reactive repairsv. Servicing and maintenance of emergency lighting, including car park lighting where required.vi. Servicing and maintenance of Ventilation of systems where required.vii. Car Park ventilation systems

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: £625,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the contracts will commence in August 2022 and run for a period of five years with the option for renewal, as decided by PA Housing, for an extension of up to a further one year plus one year. The maximum duration of the contracts is therefore seven years.

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Section 6.

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

Candidates are to note that the estimated contract value is based upon the initial term of five years and is inclusive of VAT.


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

As detailed in the procurement documents

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.1.8) 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

5 November 2021

Local time

12:00pm

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

6 December 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: Yes

Estimated timing for further notices to be published: In line with contract length and extensions

six.3) Additional information

Candidates are to note that they may submit a Request to Participate for one, multiple or all lots at this stage. However; Candidates are to also note that the client reserves the right to limit the number of lots awarded to any given Tenderer, regardless of the outcome of the tender evaluation. A Tenderer will not be awarded more than one Lot. In the event that the top placed Tenderer is the same for both Lots at the conclusion of the tender evaluation the Lots will be awarded as follows:i. Lot 1 – London and the South-East will be awarded to the top placed Tendererii. Lot 2 – The Midlands will be awarded to the second placed Tenderer

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W2 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The High Court of England and Wales

The Royal Courts of Justice, The Strand

London

Country

United Kingdom

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom