Opportunity

CHIC Fire Protection and Sprinkler Systems - Dynamic Purchasing System [DPS]

  • Communities and Housing Investment Consortium Limited (CHIC)

F02: Contract notice

Notice reference: 2023/S 000-026541

Published 7 September 2023, 5:24pm



Section one: Contracting authority

one.1) Name and addresses

Communities and Housing Investment Consortium Limited (CHIC)

84 Spencer Street

Birminghan

B18 6DS

Contact

CHIC TENDERS

Email

tenders@chicltd.co.uk

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

https://www.chicltd.co.uk/

Buyer's address

https://www.chicltd.co.uk/

one.3) Communication

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

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

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/Login.aspx

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 Protection and Sprinkler Systems - Dynamic Purchasing System [DPS]

Reference number

DPS-007

two.1.2) Main CPV code

  • 51700000 - Installation services of fire protection equipment

two.1.3) Type of contract

Services

two.1.4) Short description

This is Notice of an Amendment to be made to the DPS in pursuance of the original Notice

2018/S 145-331920 published in OJEU on the 31st July 2018. All other details relating to this DPS remain unchanged.

The change comprises extending the validity period with a further 60-months extension option, reviewed at 12 month

increments whereby the authority can amend (extend, shorten, terminate or re-procure) the DPS. This DPS remains

accessible by members of CHIC to all UK public-sector bodies (potential members) including (but not limited to): •

Housing Associations • Local Authorities and Government Departments • Registered Charities • NHS and Health and

Social Care Groups • Emergency Services • Schools and Academies/Colleges and Universities • Libraries and

Museums , including those listed in Schedule 1 of the Public Contracts Regulations 2015/102.

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

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

Lot No

1

two.2.2) Additional CPV code(s)

  • 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

The scope of the works under this Category comprises of, but not limited to, the following work-streams:

— On site technical visual inspection of internal location, to include (but not limited to): wall and ceiling coverings, fire doors and frames, internal doors and frames, window frames, exposed ductwork, zones/voids above tiled ceilings,

— On site technical visual inspection of external location, to include (but not limited to): external fixed cladding,

— On site technical visual inspection of the sprinkler system,

— On site technical visual inspection of the fire alarm system,

— Provision of detailed schedule of findings for all/part of the above, on a scheme by scheme / location by location basis,

— To provide reporting for the Client ‘Inspection Register’ (or equivalent paper based or electronic register),

— To provide a detailed schedule of works for the Client ‘fire Assessment Precaution Works register’ (OR equivalent paper based or electronic register)*.

*Will form part of the schedule of works for Category 2: Precaution Works (remedial).

Individual contracts and orders may be placed for any part or all of the work-streams to be undertaken throughout the Contract Period to individual or groups of Properties including communal areas and other offices AND non-domestic properties owned, managed or maintained by the Client on behalf of themselves, other social landlord's and building owners. Properties are likely to be occupied by Customers of the Client or of other social landlord's whilst the Works are undertaken. Works may take place to any or all of the 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: £12,000,000

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

The change comprises extending the validity period with a further 60-months extension option, reviewed at 12 month

increments whereby the authority can amend (extend, shorten, terminate or re-procure) the DPS

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

Precaution Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 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

The scope of the works under this category comprises of, but not limited to, the following work-streams:

— Action Remedial Works from Fire Risk Assessments to ensure the relevant Fire Precautions Act is compliedwith (as relevant at the time),

— Removal and enhancement of specification to materials (such as internal fire doors, installation ofintumescent strips, fire retardant wall coverings, lighting, closures and correct signage (but not limited to),

— Record all removal and enhancement works on the client asset management system or equivalent fire safetylog.

Category 2 can be used as the delivery of the remedial works identified in Category 1.

In addition to general Remedial Works, Category 2 includes Remedial Works to existing:

— Domestic and Commercial Sprinkler Systems,

— Fire Alarm Systems.

To ensure such systems comply with relevant Fire Precautions Act (at the time), and to meet relevant BritishStandards, or equivalent

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: £62,000,000

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

The change comprises extending the validity period with a further 60-months extension option, reviewed at 12 month

increments whereby the authority can amend (extend, shorten, terminate or re-procure) the DPS

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

Sprinkler System — Design and Installation Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 45343230 - Sprinkler systems installation work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of the works under this Category comprises of, but not limited to, the following work-streams:

— Removal of existing system,

— Design of new system to current recommended standards that is fit for purpose within the dwelling it is beinglocated,

— Installation of new system to current recommended standards.

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: £62,000,000

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

The change comprises extending the validity period with a further 60-months extension option, reviewed at 12 month

increments whereby the authority can amend (extend, shorten, terminate or re-procure) the DPS

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 Alarm System — Design and Installation Works

Lot No

4

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of the works under this Category comprises of, but not limited to, the following work-streams:

— Removal of existing system,

— Design of new system to current recommended standards that is fit for purpose within the dwelling it is beinglocated,

— Installation of new system to current recommended standards

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: £54,000,000

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

The change comprises extending the validity period with a further 60-months extension option, reviewed at 12 month

increments whereby the authority can amend (extend, shorten, terminate or re-procure) the DPS

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

Cladding and Coatings Installation Works

Lot No

5

two.2.2) Additional CPV code(s)

  • 45262650 - Cladding works

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of the works under this Lot comprises of, but not limited to, the following work-streams:

1) Internal

— Testing of internal coatings to ensure fire retardant meets current regulations,

— Testing of internal cladding to ensure fire retardant meets current regulations,

— Removal of internal coatings,

— Correct disposal of internal coatings,

— Removal of internal cladding,

— Correct disposal of internal cladding,

— Provide written details of findings to support the client as required by the government.

2) External

— Testing of external cladding to ensure fire retardant meets current regulations,

— Removal of external cladding,

— Correct disposal of external cladding,

— Provide written details of findings to support the client as required by the government.

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

60

This contract is subject to renewal

Yes

Description of renewals

The change comprises extending the validity period with a further 60-months extension option, reviewed at 12 month

increments whereby the authority can amend (extend, shorten, terminate or re-procure) the DPS

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.1.2) 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.2.1) Previous publication concerning this procedure

Notice number: 2018/S 145-331920

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 August 2028

Local time

3:00pm

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

26 August 2028

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

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.

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.4.2) Body responsible for mediation procedures

Communities and Housing Investment Consortium Limited ("CHIC")

84 Spencer Street

Birmingham

B18 6DS

Country

United Kingdom