Opportunity

Fire Safety Equipment, Fire Alarms, Suppression Systems and Associated Services

  • North Eastern Universities Purchasing Consortium Limited
  • Crescent Purchasing Consortium (CPC)
  • North Western Universities Purchasing Consortium
  • London Universities Purchasing Consortium
  • Southern Universities Purchasing Consortium
Show 1 more buyer Show fewer buyers
  • Higher Education Purchasing Consortium, Wales (HEPCW)

F02: Contract notice

Notice reference: 2023/S 000-034386

Published 21 November 2023, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

North Eastern Universities Purchasing Consortium Limited

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Contact

Steven Hogg

Email

s.hogg@neupc.ac.uk

Telephone

+44 7795998392

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://neupc.delta-esourcing.com/

Buyer's address

http://www.neupc.ac.uk/

one.1) Name and addresses

Crescent Purchasing Consortium (CPC)

Procurement House, Unit 23, Leslie Hough Way

Salford

M6 6AJ

Contact

Michelle Newcombe

Email

M.Newcombe@thecpc.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.thecpc.ac.uk/

one.1) Name and addresses

North Western Universities Purchasing Consortium

Room 404 4th Floor, Crescent House, University of Salford

Salford

M5 4WT

Contact

Laura Hills

Email

Laura.Hills@nwupc.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.nwupc.ac.uk

one.1) Name and addresses

London Universities Purchasing Consortium

Shropshire House, 179 Tottenham Ct Rd,

London

W1T 7NZ

Email

enquiries@lupc.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.lupc.ac.uk/

one.1) Name and addresses

Southern Universities Purchasing Consortium

SUPC, Reading Enterprise Centre, The University of Reading,

Reading

RG6 6BU

Email

supc@reading.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.supc.ac.uk/

one.1) Name and addresses

Higher Education Purchasing Consortium, Wales (HEPCW)

8th Floor, 30-36 Newport Road

Cardiff/Caerdydd

CF24 0DE

Email

h.allaway@wales.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.hepcw.ac.uk/

one.2) Information about joint procurement

The contract involves 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://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Firefighting-equipment./2XA685W5D6

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-title/2XA685W5D6

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire Safety Equipment, Fire Alarms, Suppression Systems and Associated Services

Reference number

EFM2054 NE

two.1.2) Main CPV code

  • 35111000 - Firefighting equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Fire Safety framework to bring to the market a collaborative and inclusive framework offering to the HE, FE, and wider education sector. This framework is open to all members whether or not they are classed as contracting authorities under PCR. The retendered framework will cover a range of firefighting & related services and security equipment including fire extinguishers, detectors, first aid equipment, including Firefighting equipment, extinguishers, blankets, hose reels, buckets (Supply / Ongoing Maintenance/testing) Passive fire protection storage solutions First aid equipment Escape equipment Accessories and signage Fire risk assessments and Fire safety training Fire equipment maintenance / repair and testing Fire Alarm installation and maintenance Fire/Smoke detection systems installation and maintenance Sprinkler and suppression systems including consultancy and design Fire door installation and inspection Wet and dry risers Smoke ventilation

two.1.5) Estimated total value

Value excluding VAT: £12,000,000

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 Safety Equipment and Maintenance

Lot No

1

two.2.2) Additional CPV code(s)

  • 35110000 - Firefighting, rescue and safety equipment
  • 24951210 - Fire-extinguisher powder
  • 24951220 - Fire-extinguisher agents
  • 24951230 - Fire-extinguisher charges
  • 35111200 - Firefighting materials
  • 35111000 - Firefighting equipment
  • 35111300 - Fire extinguishers
  • 35111320 - Portable fire-extinguishers
  • 35111400 - Fire escape equipment
  • 39525400 - Fire blankets
  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 44482100 - Fire hoses
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 51700000 - Installation services of fire protection equipment
  • 44482000 - Fire-protection devices
  • 35113000 - Safety equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot for the provision of firefighting equipment and maintenance with the scope covering a range of products including, but not limited to, fire equipment, storage & protection, first aid equipment, passive fire equipment, door furniture, escape equipment and signage across the UK. This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s)

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

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 24 months. The maximum contract length is 48 months

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: Yes

Identification of the project

Future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies

two.2.14) Additional information

To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/2XA685W5D6

NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.

two.2) Description

two.2.1) Title

Fire Safety Inspections, Fire Risk Assessment, Consultancy and Fire Safety Training

Lot No

2

two.2.2) Additional CPV code(s)

  • 75251100 - Firefighting services
  • 75251110 - Fire-prevention services
  • 80510000 - Specialist training services
  • 80000000 - Education and training services
  • 80500000 - Training services
  • 80511000 - Staff training services
  • 80521000 - Training programme services
  • 80531200 - Technical training services
  • 80550000 - Safety training services
  • 80560000 - Health and first-aid training services
  • 80562000 - First-aid training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot for the provision of Fire Safety Inspections, Fire Risk Assessment, Consultancy and Fire Safety Training with the scope covering a range of services including, but not limited to, risk assessment services of premises and/or equipment and advise if correct precautions are in place and provide findings and action required to manage or remove risks Fire risk assessments should be provided by individuals whom have demonstrable experience and certifiable formal qualifications. Fire safety training is specific training designed to provide the underpinning knowledge for learners to operate safely in the workplace with regards to fire safety. It is aimed at staff who have been appointed to the role of Fire Marshal/Warden. Fire safety consultancy, Fire Safety Consultants should provide, as a minimum, proactive risk management and fire safety strategy advise, guidance to improve fire safety policies and procedures. Identify hazards and measure existing control measures. Fire systems and fire strategy design.

This provision shall be provided by the supplier/provider in accordance to the latest Regulatory Reform (Fire Safety) Order 2005

This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s)

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: £500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 24 months. The maximum contract length is 48 months

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: Yes

Identification of the project

Future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies

two.2.14) Additional information

NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.

two.2) Description

two.2.1) Title

Fire Detection, Alarms and Suppression Systems.

Lot No

3

two.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35111500 - Fire suppression system
  • 35111510 - Fire suppression hand tools
  • 35111520 - Fire suppression foam or similar compounds
  • 44480000 - Miscellaneous fire-protection equipment
  • 44482000 - Fire-protection devices
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 45343200 - Firefighting equipment installation work
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot for the provision of products and associated install services with ongoing monitoring that are classed as fire detection, fire alarms and fire suppression systems. The provision of goods and services within this Lot 3 are to comply in accordance with the latest version and any other equivalent, recognised and relevant British standard BS5839

The following goods and associated services are included within the scope of this Lot 3, but not limited to:

Fire Alarm Systems, Conventional, Addressable and Analogue Addressable (Hard wired / Wireless systems), Detector Devices (Ionisation, Optical, Heat, Flame, Carbon, Multi) , Fire Suppression Systems (Sprinkler, Water mist, Dry & Wet Risers),Fire Dampers, Refuge and Rescue Systems, Manual call points, Warning System/Bell Relays, Door Holder Relays, Auxiliary (Control Function) Relays, Loop Sounders, Automatic Opening Vent (service and testing),Emergency Escape Lighting*

Emergency lighting is lighting for an emergency situation when the main power supply is cut and normal electrical illumination fails. The loss of mains electricity could be the result of a fire or a non-fire related power cut. The framework scope is for Emergency Escape lighting, part of an emergency lighting system that provides illumination for the safety of people leaving a location or attempting to terminate a potentially dangerous process beforehand. It is part of the fire safety provision of a building and a requirement of The Regulatory Reform (Fire Safety) Order 2005.

This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s)

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: £3,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 24 months. The maximum contract length is 48 months

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: Yes

Identification of the project

Future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies

two.2.14) Additional information

NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.

two.2) Description

two.2.1) Title

Fire Equipment, Fire Safety and Associated Maintenance Complete Solution *Excluding Fire Assessments, Inspections and Training

Lot No

4

two.2.2) Additional CPV code(s)

  • 24951210 - Fire-extinguisher powder
  • 24951220 - Fire-extinguisher agents
  • 24951230 - Fire-extinguisher charges
  • 31625000 - Burglar and fire alarms
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35110000 - Firefighting, rescue and safety equipment
  • 35111000 - Firefighting equipment
  • 35111200 - Firefighting materials
  • 35111300 - Fire extinguishers
  • 35111320 - Portable fire-extinguishers
  • 35111400 - Fire escape equipment
  • 35111500 - Fire suppression system
  • 35111510 - Fire suppression hand tools
  • 35111520 - Fire suppression foam or similar compounds
  • 39525400 - Fire blankets
  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 44481100 - Fire ladders
  • 44482000 - Fire-protection devices
  • 44482100 - Fire hoses
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 45343200 - Firefighting equipment installation work
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 51700000 - Installation services of fire protection equipment
  • 75251100 - Firefighting services
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot for the provision of products and services that are covered by the scope of Lots 1 and 3 of this framework– Fire safety equipment and Fire Detection, Alarms and Suppression systems as a complete service and goods provision. Note- this Lot will not include the scope of Lot 2 of this framework.

This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s)

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: £4,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 24 months. The maximum contract length is 48 months

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: Yes

Identification of the project

Future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies

two.2.14) Additional information

NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.


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

Minimum standards and required accreditations are listed in the procurement 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

21 December 2023

Local time

3:00pm

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

four.2.7) Conditions for opening of tenders

Date

21 December 2023

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Firefighting-equipment./2XA685W5D6" target="_blank">https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Firefighting-equipment./2XA685W5D6

To respond to this opportunity, please click here:

https://neupc.delta-esourcing.com/respond/2XA685W5D6" target="_blank">https://neupc.delta-esourcing.com/respond/2XA685W5D6

GO Reference: GO-20231121-PRO-24530937

six.4) Procedures for review

six.4.1) Review body

NEUPC Ltd.

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Email

s.hogg@neupc.ac.uk

Telephone

+44 7795998392

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NEUPC Ltd.

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Email

s.hogg@neupc.ac.uk

Telephone

+44 7795998392

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

NEUPC Ltd.

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Email

s.hogg@neupc.ac.uk

Telephone

+44 7795998392

Country

United Kingdom