Awarded contract

Fire and Intruder Alarms & Fire Protection Equipment

  • EFFICIENCY EAST MIDLANDS LIMITED

F03: Contract award notice

Notice reference: 2022/S 000-032737

Published 18 November 2022, 10:50am



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Unit 3, Maises Way

Alfreton

DE55 2DS

Contact

Roger Martin

Email

tenders@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

NUTS code

UK - United Kingdom

Companies House

07762614

Internet address(es)

Main address

https://eem.org.uk/

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

Fire and Intruder Alarms & Fire Protection Equipment

Reference number

EEM0067

two.1.2) Main CPV code

  • 50413200 - Repair and maintenance services of firefighting equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes and manages a range of framework and DPS agreements. Our membership has now grown to 285 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services, Government Agencies and Charities.

EEM have also established a formal collaboration with 3 like minded procurement consortia - Westworks, South East Consortium and Advantage South West.

The membership list for these three consortia may be obtained from the following website addresses:

www.westworks.org.uk (https://www.westworks.org.uk)

www.southeastconsortium.org.uk (https://www.southeastconsortium.org.uk)

www.advantagesouthwest.co.uk (https://www.advantagesouthwest.co.uk)

EEM have conducted this tender exercise to create a Fire & Intruder Alarms, and Fire Protection Equipment Framework to replace the existing framework.

The framework has been split into geographical lots:

• Lot 1 - Midlands

• Lot 2 - Greater London

• Lot 3 - National Coverage

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £600,000,000

two.2) Description

two.2.1) Title

Midlands

Lot No

1

two.2.2) Additional CPV code(s)

  • 31518200 - Emergency lighting equipment
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 31625300 - Burglar-alarm systems
  • 35111000 - Firefighting equipment
  • 39525400 - Fire blankets
  • 44115500 - Sprinkler systems
  • 44221220 - Fire doors
  • 44482100 - Fire hoses
  • 44482200 - Fire hydrants
  • 45312100 - Fire-alarm system installation work
  • 45312200 - Burglar-alarm system installation work
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 45343230 - Sprinkler systems installation work
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50700000 - Repair and maintenance services of building installations
  • 51700000 - Installation services of fire protection equipment
  • 75251110 - Fire-prevention services
  • 79711000 - Alarm-monitoring services

two.2.3) Place of performance

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

two.2.4) Description of the procurement

Lot 1 has been created to support Members located in the Midlands meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.

The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.

• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).

• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).

• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).

• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxillary Relays, Loop Sounders)

• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.

• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs.

• Aspirating System Installations, Upgrades, Maintenance and Repairs.

• Fire Protection Equipment Supply, Maintenance, and Refill

o Fire Extinguishers

o Fire Hydrants

o Fire Dampers

o Fire Shutters

o Fire Blankets

o Fire Evacuation Chairs

o Hose Reels, Inlets, Valves and Nozzles

two.2.5) Award criteria

Quality criterion - Name: MS1.1 Statement of Experience / Weighting: 10%

Quality criterion - Name: MS1.2 Resource Capacity and Competence / Weighting: 10%

Quality criterion - Name: MS1.3 Servicing and Maintenance / Weighting: 10%

Quality criterion - Name: MS2.1 Contract Management / Weighting: 7.5%

Quality criterion - Name: MS2.2 Customer Care and Tenant Liaison / Weighting: 7.5%

Quality criterion - Name: MS2.3 WasteManagement / Weighting: 5%

Quality criterion - Name: MS2.4 Management of Risk & Health and Safety / Weighting: 10%

Quality criterion - Name: MS2.5 Supply Chain / Weighting: 5%

Quality criterion - Name: MS2.6 Carbon Reduction and Sustainability / Weighting: 5%

Quality criterion - Name: MS2.7 Social Value / Weighting: 5%

Quality criterion - Name: MS3.1 Service Case Study / Weighting: 7.5%

Quality criterion - Name: MS3.2 Installation Case Study / Weighting: 7.5%

Quality criterion - Name: MS4.1 Working With Procurement Consortia / Weighting: 5%

Quality criterion - Name: MS4.2 Pricing / Weighting: 5%

Cost criterion - Name: Fire Alarm System Servicing & Maintenance / Weighting: 10%

Cost criterion - Name: Intruder Alarm System Servicing & Maintenance / Weighting: 10%

Cost criterion - Name: Sprinkler Servicing & Maintenance / Weighting: 10%

Cost criterion - Name: Emergency Lighting Servicing & Maintenance / Weighting: 7.5%

Cost criterion - Name: Schedule of Rates / Weighting: 10%

Cost criterion - Name: Install Scenario / Weighting: 2.5%

Cost criterion - Name: Servicing Scenario / Weighting: 10%

Cost criterion - Name: Callout and Labour Rates / Weighting: 5%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

London

Lot No

2

two.2.2) Additional CPV code(s)

  • 31518200 - Emergency lighting equipment
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 44221220 - Fire doors
  • 44482100 - Fire hoses
  • 44482200 - Fire hydrants
  • 45312100 - Fire-alarm system installation work
  • 45312200 - Burglar-alarm system installation work
  • 45343200 - Firefighting equipment installation work
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 45343230 - Sprinkler systems installation work
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50700000 - Repair and maintenance services of building installations
  • 51700000 - Installation services of fire protection equipment
  • 75251110 - Fire-prevention services
  • 79711000 - Alarm-monitoring services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Lot 2 has been created to support Members located in Greater London meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.

The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.

• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).

• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).

• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).

• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxiliary Relays, Loop Sounders).

• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.

• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs..

• Aspirating System Installations, Upgrades, Maintenance and Repairs.

• Fire Protection Equipment Supply, Maintenance, and Refill

o Fire Extinguishers

o Fire Hydrants

o Fire Dampers

o Fire Shutters

o Fire Blankets

o Fire Evacuation Chairs

o Hose Reels, Inlets, Valves and Nozzles

o Safety Signs

• Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades.

• Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades.

• Fire Door Inspection Services

two.2.5) Award criteria

Quality criterion - Name: Statement of Experience / Weighting: 10%

Quality criterion - Name: Resource Capacity and Competence / Weighting: 10%

Quality criterion - Name: Servicing and Maintenance / Weighting: 10%

Quality criterion - Name: Contract Management / Weighting: 7.5%

Quality criterion - Name: Customer Care and Tenant Liaison / Weighting: 7.5%

Quality criterion - Name: Waste Management / Weighting: 5%

Quality criterion - Name: Management of Risk and Health and Safety / Weighting: 10%

Quality criterion - Name: Supply Chain / Weighting: 5%

Quality criterion - Name: Carbon Reduction and Sustainability / Weighting: 5%

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: Servicing and Maintenance Case Study / Weighting: 7.5%

Quality criterion - Name: Installation Case Study / Weighting: 7.5%

Quality criterion - Name: Working with Procurement consortia / Weighting: 5%

Quality criterion - Name: Pricing / Weighting: 5%

Cost criterion - Name: Fire Alarm System Servicing and Maintenance / Weighting: 10%

Cost criterion - Name: Intruder Alarm System Servicing and Maintenance / Weighting: 7.5%

Cost criterion - Name: Sprinkler System Servicing and Maintenance / Weighting: 7.5%

Cost criterion - Name: Emergency Lighting Servicing and Maintenance / Weighting: 7.5%

Cost criterion - Name: Schedule of Rates / Weighting: 10%

Cost criterion - Name: Install Scenario / Weighting: 2.5%

Cost criterion - Name: Servicing Scenario / Weighting: 10%

Cost criterion - Name: Call out and Labour Rates / Weighting: 5%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

National Coverage

Lot No

3

two.2.2) Additional CPV code(s)

  • 31518200 - Emergency lighting equipment
  • 31625000 - Burglar and fire alarms
  • 35111000 - Firefighting equipment
  • 39525400 - Fire blankets
  • 44115500 - Sprinkler systems
  • 44221220 - Fire doors
  • 44482100 - Fire hoses
  • 44482200 - Fire hydrants
  • 45312100 - Fire-alarm system installation work
  • 45312200 - Burglar-alarm system installation work
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 45343230 - Sprinkler systems installation work
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50700000 - Repair and maintenance services of building installations
  • 51700000 - Installation services of fire protection equipment
  • 75251110 - Fire-prevention services
  • 79711000 - Alarm-monitoring services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKH - East of England
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Lot 3 has been created to support Members located throughout England and Wales meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.

The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.

• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).

• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).

• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).

• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxiliary Relays, Loop Sounders).

• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.

• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs.

• Aspirating System Installations, Upgrades, Maintenance and Repairs.

• Fire Protection Equipment Supply, Maintenance, and Refill

o Fire Extinguishers

o Fire Hydrants

o Fire Dampers

o Fire Shutters

o Fire Blankets

o Fire Evacuation Chairs

o Hose Reels, Inlets, Valves and Nozzles

o Safety Signs

• Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades.

two.2.5) Award criteria

Quality criterion - Name: Statement of Experience / Weighting: 10%

Quality criterion - Name: Resource Capacity and Competence / Weighting: 10%

Quality criterion - Name: Servicing and Maintenance / Weighting: 10%

Quality criterion - Name: Contract Management / Weighting: 7.5%

Quality criterion - Name: Customer Care and Tenant Liaison / Weighting: 7.5%

Quality criterion - Name: Waste Management / Weighting: 5%

Quality criterion - Name: Management of Risk and Health and Safety / Weighting: 10%

Quality criterion - Name: Supply Chain / Weighting: 5%

Quality criterion - Name: Carbon Reduction and Sustainability / Weighting: 5%

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: Servicing and Maintenance Case Study / Weighting: 7.5%

Quality criterion - Name: Installation Case Study / Weighting: 7.5%

Quality criterion - Name: Working with Procurement Consortia / Weighting: 5%

Quality criterion - Name: Pricing / Weighting: 5%

Cost criterion - Name: Fire Alarm System Servicing and Maintenance / Weighting: 10%

Cost criterion - Name: Intruder Alarm System Servicing and Maintenance / Weighting: 7.5%

Cost criterion - Name: Sprinkler System Servicing and Maintenance / Weighting: 7.5%

Cost criterion - Name: Emergency Lighting Servicing and Maintenance / Weighting: 7.5%

Cost criterion - Name: Schedule of Rates / Weighting: 10%

Cost criterion - Name: Install Scenario / Weighting: 2.5%

Cost criterion - Name: Servicing Scenario's / Weighting: 10%

Cost criterion - Name: Callout and Labour Rates / Weighting: 5%

two.2.11) Information about options

Options: No


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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-013592


Section five. Award of contract

Lot No

Lot 1

Title

Midlands

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 October 2022

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Fieldway Group

Unit 12, Paramount Business Park, Wilson Road,

Liverpool

L36 6AW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

5743944

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Ventro Ltd

Aquilam House, 7 Darklake View Estover,

Plymouth

PL6 7TL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

8765695

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Allied Protection Ltd

Crossways Point, 15 Victory Way, Crossways Business Park,

Dartford

DA2 6DT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

2504054

The contractor is an SME

No

five.2.3) Name and address of the contractor

Briggs Fire and Security Ltd

7 Sandy Court, Ashleigh Way, Langage Business Park,

Plymouth

PL7 5JX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

10448718

The contractor is an SME

No

five.2.3) Name and address of the contractor

Open View Security Solutions Ltd

Openview House, Chesham Close,

Romford

RM7 7PJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

3376202

The contractor is an SME

No

five.2.3) Name and address of the contractor

ABCA Systems Ltd

Unit 24 Mylord Crescent, Camperdown Industrial Estate;

Killingworth

NE12 5UJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

6294877

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Churches Fire Security

Fire House, Chandlers Ford,

Chandlers Ford

SO53 4AR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

2703471

The contractor is an SME

No

five.2.3) Name and address of the contractor

DFP Services

One West Durham, St John Road, Meadowfield Indutrial Estate,

Durham

DH7 8RD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

4123832

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £200,000,000

Total value of the contract/lot: £200,000,000


Section five. Award of contract

Lot No

Lot number 2

Title

London

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 October 2022

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Fieldway Group

Unit 12, Paramount Business Park, Wilson Road,

Liverpool

L36 6AW

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

5743944

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Ventro Ltd

Aquilam House, 7 Darklake View Estover,

Plymouth

PL6 7TL

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

8765695

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Allied Protection ta Sure Serve Fire & Electrical

Crossways Point, 15 Victory Way, Crossways Business Park

Dartford

DA2 6DT

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

2504054

The contractor is an SME

No

five.2.3) Name and address of the contractor

Briggs Fire & Security Ltd

7 Sandy Court, Ashleigh Way, Langage Business Park,

Plymouth

PL7 5JX

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

10448718

The contractor is an SME

No

five.2.3) Name and address of the contractor

Open View Security Solutions Ltd

Openview House, Chesham Close,

Romford

RM7 7PJ

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

3376202

The contractor is an SME

No

five.2.3) Name and address of the contractor

ABCA Systems Ltd

Unit 24 Mylord Crescent, Camperdown Industrial Estate;

Killingworth

NE12 5UJ

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

6294877

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Churches Fire

Fire House,

Chandlers Ford

SO53 4AR

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

2703471

The contractor is an SME

No

five.2.3) Name and address of the contractor

Harmony Fire

Clark House, Higher Kingsbury,

Sherbourne

DT9 5EB

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

10427303

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £200,000,000


Section five. Award of contract

Lot No

Lot 3

Title

National Coverage

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 October 2022

five.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received from SMEs: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Fieldway Group

Unit 12, Paramount Business Park, Wilson Road,

Liverpool

L36 6AW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

5743944

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Ventro Ltd

Aquilam House, 7 Darklake View Estover,

Plymouth

PL6 7TL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

8765695

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Briggs Fire & Security Ltd

7 Sandy Court, Ashleigh Way, Langage Business Park,

Plymouth

PL7 5 JX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

10448718

The contractor is an SME

No

five.2.3) Name and address of the contractor

Allied Protection Ltd T/A SureServe Fire and Electrical Ltd

Crossways Point, 15 Victory Way, Crossways Business Park,

Dartford

DA2 6DT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

2504054

The contractor is an SME

No

five.2.3) Name and address of the contractor

Openview Security Solutions Ltd

Openview House, Chesham Close,

Romford

RM7 7PJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

3376202

The contractor is an SME

No

five.2.3) Name and address of the contractor

ABCA Systems Ltd

Unit 24 Mylord Crescent, Camperdown Industrial Estate;

Killingworth

NE12 5UJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

2504054

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Churches Fire & Security

Fire House, Chandlers Ford, Hampshire, SO53 4AR

Chandlers Ford

SO53 4AR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

2703471

The contractor is an SME

No

five.2.3) Name and address of the contractor

Independent Testing Company Inc Ltd

26 Elmton Road, Creswell,

Worksop

S80 4ES

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

8226393

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £200,000,000


Section six. Complementary information

six.3) Additional information

The call-off contracts to be awarded pursuant to the framework agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 5 years beyond expiry of the 4-year framework term. Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime. Where the contract notice states a maximum of suppliers to be appointed to the Framework, this means within each lot. (EEM) on behalf of their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this framework agreement as Authorised Users:

1) any Member of EEM which for the avoidance of doubt currently includes 3partners consortia

www.westworks.org.uk

(https://www.westworks.org.uk)

www.southeastconsortium.org.uk (https://www.southeastconsortium.org.uk)

www.advantagesouthwest.co.uk (https://www.advantagesouthwest.co.uk)

A full list of current members is available at

www.eem.org.uk (https://www.eem.org.uk)

2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or our partner consortia in accordance with the applicable constitutional documents;

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2AS

Country

United Kingdom