Opportunity

Dynamic Purchasing System (DPS) - Fire Safety Services

  • Acivico (Design, Construction and Facilities Management) Limited

F02: Contract notice

Notice reference: 2022/S 000-025575

Published 12 September 2022, 6:22pm



Section one: Contracting authority

one.1) Name and addresses

Acivico (Design, Construction and Facilities Management) Limited

3 Brindley Place

Birmingham

B1 2JB

Contact

Rene de Sousa

Email

rene.desousa@acivicogroup.co.uk

Telephone

+44 7703372922

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

National registration number

07918913

Internet address(es)

Main address

http://acivicogroup.co.uk

one.3) Communication

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

https://in-tendhost.co.uk/acivico/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/acivico/aspx/Home

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Dynamic Purchasing System (DPS) - Fire Safety Services

Reference number

PROC/DCFM/DPS/FIRESAFETYSVCS/08092022

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

You are invited by Acivico (Design, Construction and Facilities Management) Limited to apply to join this Dynamic Purchasing System (DPS) for the procurement of Fire Safety Services, to support new and existing client accounts in the West Midlands Region, when such opportunities become available. It is anticipated that the annual value of work awarded through this DPS will be in the region of two million pounds sterling per annum.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

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

Passive Fire Protection - Inspection and Consultancy Services

Lot No

Category 1

two.2.2) Additional CPV code(s)

  • 71317000 - Hazard protection and control consultancy services
  • 71315000 - Building services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Fire Door Inspections, Fire Strategy Surveys, Fire stopping surveys, Fire Risk Assessments and general Fire Safety Consultancy Services.

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.2.10) 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) Description

two.2.1) Title

Passive Fire Protection - Installation, Repair & Maintenance Works

Lot No

Category 2

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Fire doors, fire stopping and fire barriers of all types and materials.

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.2.10) 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) Description

two.2.1) Title

Fire, Security and Emergency Lighting Systems

Lot No

Category 3

two.2.2) Additional CPV code(s)

  • 50711000 - Repair and maintenance services of electrical building installations
  • 35100000 - Emergency and security equipment

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Installation, maintenance, repair and replacement of:Fire (including VESDA) and Security Alarm & CCTV systems of all types, manufacturers and installers. Suppliers of this service must have the necessary supply chain partners, relationship and access to parts to be able to fully maintain all open and closed protocol systems. Emergency lighting systems of all types, manufacturers and installers including self contained and central battery systems.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

120

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) Description

two.2.1) Title

Fire Fighting Equipment

Lot No

Category 4

two.2.2) Additional CPV code(s)

  • 35111000 - Firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Installation, maintenance, repair and replacement of:Portable fire extinguishers of all types and manufacturers.Fire blankets.Hose reel, dry riser and wet riser installations.Gas extinguishing systems.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

120

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) Description

two.2.1) Title

Sprinklers

Lot No

Category 5

two.2.2) Additional CPV code(s)

  • 44115500 - Sprinkler systems
  • 45343230 - Sprinkler systems installation work

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Installation, maintenance, repair and replacement of sprinkler systems.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

120

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) Description

two.2.1) Title

Fire Dampers and Smoke Ventilation

Lot No

Category 6

two.2.2) Additional CPV code(s)

  • 50712000 - Repair and maintenance services of mechanical building installations
  • 51120000 - Installation services of mechanical equipment

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Installation, maintenance, repair and replacement of manual and automated fire dampers and smoke extract 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

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) Description

two.2.1) Title

Kitchen Extract Ventilation and Ductwork Cleaning

Lot No

Category 7

two.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51100000 - Installation services of electrical and mechanical equipment

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Installation, maintenance, repair and replacement of kitchen and cooker hood ventilation and extract systems including the regular cleaning and replacement of filters and component parts. Inspection and cleaning of ducted supply and extract systems.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

120

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


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

The following is a brief description of the minimum standard(s)/qualifications/approvals we consider the contractor requires to deliver the service, either to meet statutory requirements or as demonstration of competence. Category 1 Passive Fire Protection - Inspection and Consultancy Services Fire Door Inspections, Fire Strategy Surveys, Fire stopping surveys, Fire Risk Assessments and general Fire Safety Consultancy Services. Regulatory Reform Order (Fire Safety) 2005Fire Safety Act 2021BAFE, FPA, IFA or equivalent registrationCategory 2 Passive Fire Protection - Installation, Repair & Maintenance Works Fire doors, fire stopping and fire barriers of all types and materials. Regulatory Reform Order (Fire Safety) 2005Fire Safety Act 2021BAFE, FPA, IFA or equivalent registration Category 3 Fire, Security and Emergency Lighting Systems - Installation, maintenance, repair and replacement of:Fire (including VESDA) and Security Alarm & CCTV systems of all types, manufacturers and installers. Suppliers of this service must have the necessary supply chain partners, relationship and access to parts to be able to fully maintain all open and closed protocol systems. Emergency lighting systems of all types, manufacturers and installers including self contained and central battery systems.Regulatory Reform Order (Fire Safety) 2005Fire Safety Act 2021BS5839 Fire Alarm SystemsBS5266 Emergency Lighting systemsBS EN 50131-1:2006 + A3 2020 Security SystemsBS EN 62676-1-1 CCTV SystemsBS 7671:2018+A1:2020. Requirements for Electrical Installations. IET Wiring Regulations.IET Code of Practice for in-service inspection and testing of electrical equipment.SFG20 Maintenance StandardsBAFE, FPA, IFA or equivalent registration Category 4 Fire Fighting Equipment Installation, maintenance, repair and replacement of:Portable fire extinguishers of all types and manufacturers.Fire blankets.Hosereel, dry riser and wet riser installations.Gas extinguishing systems. Regulatory Reform Order (Fire Safety) 2005Fire Safety Act 2021SFG20 Maintenance StandardsBAFE, FPA, IFA or equivalent registration BAFE SP203-3 Gas Extinguishing SystemsCategory 5 Sprinklers Installation, maintenance, repair and replacement of sprinkler systems. Regulatory Reform Order (Fire Safety) 2005Fire Safety Act 2021BS 9251 2021, BS9999, BS9991NFPA13BAFSABAFE, FPA, IFA or equivalent registration Category 6Fire Dampers & Smoke Ventilation Installation, maintenance, repair and replacement of manual and automated fire dampers and smoke extract ventilation systems. Regulatory Reform Order (Fire Safety) 2005Fire Safety Act 2021SFG20 Maintenance StandardsBAFE, FPA, IFA or equivalent registration Category 7 Kitchen Extract Ventilation and Ductwork Cleaning Installation, maintenance, repair and replacement of kitchen and cooker hood ventilation and extract systems including the regular cleaning and replacement of filters and component parts. Inspection and cleaning of ducted supply and extract systems. Regulatory Reform Order (Fire Safety) 2005Fire Safety Act 2021SFG20 Maintenance StandardsBAFE, FPA, IFA or equivalent registration 

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

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

13 October 2022

Local time

12:00pm

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

24 October 2022

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.4) Procedures for review

six.4.1) Review body

Acivico Limited

3 Brindley Place

Birmingham

B1 2JB

Email

susan.newman@acivicogroup.co.uk

Country

United Kingdom