Tender

Fire Risk and Mitigation Works and Services

  • PROCURE PLUS HOLDINGS LIMITED

F02: Contract notice

Notice identifier: 2021/S 000-026224

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

Published 20 October 2021, 10:05am



Section one: Contracting authority

one.1) Name and addresses

PROCURE PLUS HOLDINGS LIMITED

The Lancastrian Office Centre,Talbot Road

MANCHESTER

M320FP

Email

frameworks@procure-plus.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.procure-plus.com/

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://tendermanagement.launchcontrol-systems.com/register/index/83dc3211df

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://tendermanagement.launchcontrol-systems.com/register/index/83dc3211df

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

Fire Risk and Mitigation Works and Services

two.1.2) Main CPV code

  • 45343000 - Fire-prevention installation works

two.1.3) Type of contract

Works

two.1.4) Short description

Procure Plus are a value focused, not for profit company that specialises in the procurement of goods and services related to both the new build, repair, and maintenance of social housing. Originally focussed in the North West, Procure Plus are now extending their offer with the aim of delivering a service across the UK. Procure Plus wishes to procure and enter into a framework agreement for fire risk and mitigation works and services.

two.1.5) Estimated total value

Value excluding VAT: £910,000,000

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 Risk Assessments - North West and Cumbria

Lot No

1

two.2.2) Additional CPV code(s)

  • 71317000 - Hazard protection and control consultancy services
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

This Lot is for the provision of fire risk assessment services across the North West and Cumbria. The scope of service will include, but not be limited to, the assessment of all areas of the internal and external escape routes of Customer properties.

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: £4,000,000

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.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Fire Risk Assessments - North (excluding North West and Cumbria)

Lot No

2

two.2.2) Additional CPV code(s)

  • 71317000 - Hazard protection and control consultancy services
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

This Lot is for the provision of fire risk assessment services across the North (excluding North West and Cumbria). The scope of service will include, but not be limited to, the assessment of all areas of the internal and external escape routes of Customer properties.

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: £4,000,000

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.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Fire Risk Assessments - Midlands

Lot No

3

two.2.2) Additional CPV code(s)

  • 71317000 - Hazard protection and control consultancy services
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

This Lot is for the provision of fire risk assessment services across the Midlands. The scope of service will include, but not be limited to, the assessment of all areas of the internal and external escape routes of Customer properties.

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: £4,000,000

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.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Fire Risk Assessments - South

Lot No

4

two.2.2) Additional CPV code(s)

  • 71317000 - Hazard protection and control consultancy services
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

This Lot is for the provision of fire risk assessment services across the South. The scope of service will include, but not be limited to, the assessment of all areas of the internal and external escape routes of Customer properties.

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: £4,000,000

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.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Fire Risk Assessments - Wales

Lot No

5

two.2.2) Additional CPV code(s)

  • 71317000 - Hazard protection and control consultancy services
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This Lot is for the provision of fire risk assessment services across Wales. The scope of service will include, but not be limited to, the assessment of all areas of the internal and external escape routes of Customer properties.

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: £4,000,000

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.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

EWS1 and Associated External Wall Consultancy

Lot No

6

two.2.2) Additional CPV code(s)

  • 71251000 - Architectural and building-surveying services
  • 71315100 - Building-fabric consultancy services
  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the provision of EWS1 (External Wall System) and associated external wall consultancy across the UK. The scope of service will include conducting EWS1 (External Wall System) forms, supporting remedial works and providing related consultancy advice.

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: £40,000,000

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.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Building Safety Consultancy

Lot No

7

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services
  • 79417000 - Safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the provision of building safety consultancy services across the UK. The scope of service will provide, source and coordinate specialist advice relevant to the building safety requirements.

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: £10,000,000

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.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Fire Precaution and Compartmentation Works - North West and Cumbria

Lot No

8

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

This Lot is for the provision of fire precaution and compartmentation works across the North West and Cumbria. The scope of works will include the completion of fire precaution and prevention works which include but are not limited to, the installation of fire doors, smoke seals, intumescent strips and fire 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: £60,000,000

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.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Fire Precaution and Compartmentation Works - North (excluding North West and Cumbria)

Lot No

9

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

This Lot is for the provision of fire precaution and compartmentation works across the North (excluding North West and Cumbria). The scope of works will include the completion of fire precaution and prevention works which include but are not limited to, the installation of fire doors, smoke seals, intumescent strips and fire 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: £60,000,000

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.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Fire Precaution and Compartmentation Works - Midlands

Lot No

10

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

This Lot is for the provision of fire precaution and compartmentation works across the Midlands. The scope of works will include the completion of fire precaution and prevention works which include but are not limited to, the installation of fire doors, smoke seals, intumescent strips and fire 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: £60,000,000

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.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Fire Precaution and Compartmentation Works - South

Lot No

11

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

This Lot is for the provision of fire precaution and compartmentation works across the South. The scope of works will include the completion of fire precaution and prevention works which include but are not limited to, the installation of fire doors, smoke seals, intumescent strips and fire 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: £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.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Fire Precaution and Compartmentation Works - Wales

Lot No

12

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This Lot is for the provision of fire precaution and compartmentation works across Wales. The scope of works will include the completion of fire precaution and prevention works which include but are not limited to, the installation of fire doors, smoke seals, intumescent strips and fire 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: £40,000,000

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.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Cladding Works to the External Fabric of High, Medium and Low Rise Buildings

Lot No

13

two.2.2) Additional CPV code(s)

  • 44212381 - Cladding
  • 45262650 - Cladding works

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the provision of cladding works to high, medium and low rise buildings across the UK. The scope of works will include the removal and installation of cladding systems, access, roofing repairs and window renewals.

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: £150,000,000

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.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Render Works to the External Fabric of High, Medium and Low Rise Buildings

Lot No

14

two.2.2) Additional CPV code(s)

  • 45262000 - Special trade construction works other than roof works

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the provision of render works to high, medium and low rise across the UK. The scope of works will include the removal and installation of render, access, roofing repairs and window renewals.

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: £150,000,000

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.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Service Riser Works to High Rise Buildings

Lot No

15

two.2.2) Additional CPV code(s)

  • 44165200 - Risers
  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for the provision of service riser works to high rise buildings across the UK. The scope of works will include the design, supply and installation of the soil and vent pipework.

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: £60,000,000

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.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Design, Installation and Maintenance of Fire Alarms and Electrical Upgrade Works

Lot No

16

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 45312100 - Fire-alarm system installation work
  • 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

This Lot is for the design, supply, installation and maintenance of fire detection and alarm systems across the UK. The scope of works will include but not be limited to the design of a system, the installation and commissioning of the system as well as the ongoing maintenance.

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: £60,000,000

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.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

two.2) Description

two.2.1) Title

Design, Supply, Installation and Maintenance of Sprinkler and Mist Systems

Lot No

17

two.2.2) Additional CPV code(s)

  • 45343230 - Sprinkler systems installation work
  • 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

This Lot is for the design, supply, installation and maintenance of fire sprinkler systems across the UK. The scope of works will include but not be limited to the design of a sprinkler system, the installation and commissioning of the system and the maintenance.

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.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.


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

Please refer to the invitation to tender 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

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

29 November 2021

Local time

5:00pm

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

four.2.7) Conditions for opening of tenders

Date

29 November 2021

Local time

5:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Individual contracting authorities and organisations entitled to access the framework agreement will have the option to agree and award contracts to the appointed suppliers and contractors at any point during the term of the framework agreement. Such contracting authorities and organisations are as follows: Any customer of Procure Plus from time to time, which may include: any social housing provider in the United Kingdom from time to time. 'Social Housing Provider' for this purpose means any provider of social housing and includes, without limitation, registered providers, local authorities, and arm's length management organisations (ALMOs); any local authority; any combined authority or associated body; any police, fire or rescue authority; any transport authority; any NHS trust or body, or other health authority; any waste disposal authority; any university, school, free school, college or academy; any other contracting authority (as defined in the Public Contracts Regulations 2015) that does not fall within any of the aforementioned categories; and any entity or joint venture company that any of the aforementioned contracting authorities and organisations holds an interest in from time to time.

A list of current social housing providers can be found by visiting

https://www.gov.uk/government/publications/current-registered-providers-ofsocialhousing

A number of contracts called off under the framework agreement may be completed using funding received via the European Union including but not limited to the European Regional Development Fund.

Procure Plus reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.

Procure Plus will not, under any circumstances, reimburse any expense incurred by applicants in preparing their tender submissions or in participating in this procurement process.

six.4) Procedures for review

six.4.1) Review body

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom