Section one: Contracting authority
one.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
Unit 3, Maises Way
Alfreton
DE55 2DS
Contact
Roger Martin
Telephone
+44 1246395610
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
07762614
Internet address(es)
Main 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
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
(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