Tender

CHIC Fire & Building Safety Framework 2024-2028

  • Communities and Housing Investment Consortium Limited

F02: Contract notice

Notice identifier: 2024/S 000-024913

Procurement identifier (OCID): ocds-h6vhtk-0488a0

Published 7 August 2024, 3:37pm



Section one: Contracting authority

one.1) Name and addresses

Communities and Housing Investment Consortium Limited

84 Spencer Street,

Birmingham

B18 6DS

Contact

CHIC TENDERS

Email

tenders@chicltd.co.uk

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

http://www.chicltd.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://app.panacea-software.com/chic/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://app.panacea-software.com/chic/

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://app.panacea-software.com/chic/

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

CHIC Fire & Building Safety Framework 2024-2028

Reference number

RFX-163

two.1.2) Main CPV code

  • 45343000 - Fire-prevention installation works

two.1.3) Type of contract

Works

two.1.4) Short description

CHIC is seeking to establish a framework of suitable independently third-party accredited Economic Operators to deliver fire and building safety related works and professional services for its Members. The framework aims to enable Members to manage the compliance of their properties and encompasses the remediation, installation, servicing and maintenance of passive and active fire safety and building safety measures and related consultancy services across, but not limited to domestic properties and communal areas.

The scope of this framework includes for the full and partial installation and replacement of passive and active fire and security systems and installations in domestic properties and communal areas.

Passive fire safety works include fire doorsets (supply and fit and supply only), compartmentation and cladding with additional options for associated surveys and design. Active fire safety works include sprinkler systems, risers, alarms and detection, emergency lighting, smoke control systems, access control and CCTV systems (including optional monitoring services).

Servicing, maintenance and repair of passive fire and security systems and installations in domestic properties and communal areas and includes doorsets, sprinklers, risers, alarms and detection, emergency lighting, smoke control systems, access controls, CCTV systems and fire extinguishers.

Fire and building safety related consultancy services and includes façade engineering/ design, building safety case support, fire risk assessments, fire door inspection, waking watch provision and general fire safety consultancy services.

The opportunity has been divided into three lots as follows:

Lot 1 – Fire Safety Installation and Replacement

Lot 2 – Fire Safety Servicing and Maintenance

Lot 3 - Fire Consultancy and Management

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Fire Safety Installation and Replacement

Lot No

1

two.2.2) Additional CPV code(s)

  • 31620000 - Sound or visual signalling apparatus
  • 35110000 - Firefighting, rescue and safety equipment
  • 39525400 - Fire blankets
  • 42961100 - Access control system
  • 44221220 - Fire doors
  • 44482000 - Fire-protection devices
  • 45312100 - Fire-alarm system installation work
  • 45312200 - Burglar-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 covers the full and partial installation and replacement of passive and active fire and security systems and installations in domestic properties and communal areas. Passive fire safety works include fire doorsets (supply and fit and supply only), compartmentation and cladding with additional options for associated surveys and design. Active fire safety works include sprinkler systems, risers, alarms and detection, emergency lighting, smoke control systems, access control and CCTV systems (including optional monitoring services).

The scope of this Lot is split into the following workstreams:

• Workstream 1 – Compartmentation

• Workstream 2 – Fire Doorsets

• Workstream 3 – Fire Doorsets (Supply Only)

• Workstream 4 – Fire Suppression

• Workstream 5 – Fire – Electrical Installations

• Workstream 6 – Security and Access

• Workstream 7 – Cladding

• Workstream 8 – Property Information Boxes (PIBs)

• Workstream 9 – Wayfinding Signage

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: £325,000,000

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.2.13) 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

No business is guaranteed under any resultant framework agreement or contract and there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Economic Operators should take part in this process only on the basis that they understand these conditions.

two.2) Description

two.2.1) Title

Fire Safety Servicing and Maintenance

Lot No

2

two.2.2) Additional CPV code(s)

  • 31620000 - Sound or visual signalling apparatus
  • 35110000 - Firefighting, rescue and safety equipment
  • 35121000 - Security equipment
  • 35123000 - Site-identification equipment
  • 35125000 - Surveillance system
  • 39525400 - Fire blankets
  • 44221220 - Fire doors
  • 44482000 - Fire-protection devices
  • 45311000 - Electrical wiring and fitting work
  • 45312100 - Fire-alarm system installation work
  • 45312200 - Burglar-alarm system installation work
  • 50413200 - Repair and maintenance services of firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 covers servicing, maintenance and repair of passive fire and security systems and installations in domestic properties and communal areas and includes doorsets, sprinklers, risers, alarms and detection, emergency lighting, smoke control systems, access controls, CCTV systems and fire extinguishers.

The scope of this Lot is split into the following workstreams:

• Workstream 1 – Fire Doorsets

• Workstream 2 – Fire Suppression

• Workstream 3 – Fire – Electrical Installations

• Workstream 4 – Fire Fighting Evacuation

• Workstream 5 – Security and Access

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: £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

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

No business is guaranteed under any resultant framework agreement or contract and there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn fro any reason. Economic Operators should take part in this process only on the basis that they understand these conditions.

two.2) Description

two.2.1) Title

Fire Consultancy and Management

Lot No

3

two.2.2) Additional CPV code(s)

  • 71315100 - Building-fabric consultancy services
  • 71315200 - Building consultancy services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71620000 - Analysis services
  • 79411000 - General management consultancy services
  • 79417000 - Safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 covers fire and building safety related consultancy services and includes façade engineering/ design, building safety case support, fire risk assessments, fire door inspection, waking watch provision and general fire safety consultancy services.

The scope of this Lot is split into the following workstreams:

• Workstream 1 – Cladding and Façade Engineering

• Workstream 2 – Fire and Building Safety Consultancy

• Workstream 3 – Fire Door Inspections

• Workstream 4 – Fire Risk Assessments

• Workstream 5 – Building Safety Cases

• Workstream 6 – Waking Watch

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: £75,000,000

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.2.13) 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

No business is guaranteed under any resultant framework agreement or contract and there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn fro any reason. Economic Operators should take part in this process only on the basis that they understand these conditions.


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

20 September 2024

Local time

3:00pm

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

four.2.7) Conditions for opening of tenders

Date

20 September 2024

Local time

3:30pm


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. Communities & Housing Investment Consortium (CHIC) is a central purchasing body and information in respect of CHIC and a Schedule of CHIC Members can be found on the CHIC website: www.chicltd.co.uk and a list of current Members can also be found in the draft Framework Agreement. CHIC is procuring the Framework Agreement on behalf of all Authorised Users as described in the Framework Agreement. Call-off Contracts from the Framework Lots may be used to supply material to meet a range of construction needs across both Housing and other properties including social and commercial premises.

six.4) Procedures for review

six.4.1) Review body

The High Court, Royal Courts of Justice

The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Communities & Housing Investment Consortium Limited will observe a ten-day standstill period calculated in accordance with the Public Contracts Regulations 2015. Under those Regulations aggrieved bidders may by way of proceedings in the High Court seek relief in respect of alleged breaches of the Public Contract Regulations 2015 which may include declaring any award ineffective, and/or seeking damages. After expiry of the ten-day standstill period CHIC will unless prevented by order of the Court conclude and enter all Framework Agreements.