Section one: Contracting authority
one.1) Name and addresses
PA Housing Limited
3 Bede Island Road
Leicester
LE2 7EA
Contact
Jitesh Jivram
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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