- Scope of the procurement
- Lot 1. Fire Risk Assessments - North West and Cumbria
- Lot 2. Fire Risk Assessments - North (excluding North West and Cumbria)
- Lot 3. Fire Risk Assessments - Midlands
- Lot 4. Fire Risk Assessments - South
- Lot 5. Fire Risk Assessments - Wales
- Lot 6. EWS1 and Associated External Wall Consultancy
- Lot 7. Building Safety Consultancy
- Lot 8. Fire Precaution and Compartmentation Works - North West and Cumbria
- Lot 9. Fire Precaution and Compartmentation Works - North (excluding North West and Cumbria)
- Lot 10. Fire Precaution and Compartmentation Works - Midlands
- Lot 11. Fire Precaution and Compartmentation Works - South
- Lot 12. Fire Precaution and Compartmentation Works - Wales
- Lot 13. Cladding Works to the External Fabric of High, Medium and Low Rise Buildings
- Lot 14. Render Works to the External Fabric of High, Medium and Low Rise Buildings
- Lot 15. Service Riser Works to High Rise Buildings
- Lot 16. Design, Installation and Maintenance of Fire Alarms and Electrical Upgrade Works
- Lot 17. Design, Supply, Installation and Maintenance of Sprinkler and Mist Systems
Section one: Contracting authority
one.1) Name and addresses
PROCURE PLUS HOLDINGS LIMITED
The Lancastrian Office Centre,Talbot Road
MANCHESTER
M320FP
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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