Northern Housing Consortium Ltd: Fire Safety Framework

  Northern Housing Consortium Ltd has published this notice through Delta eSourcing

Notice Summary
Title: Fire Safety Framework
Notice type: Contract Award Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Services
Procedure: Open
Short Description: Provision of fire safety, including; design, supply, installation and maintenance of fire alarm systems, sprinkler systems, water mist systems, dry and wet risers, fire compartmentalisation, emergency lighting systems and firefighting equipment. Additionally Fire Risk Assessments, Consultancy, and Training services are available. The framework will be available for all current and future Consortium Members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Published: 02/03/2018 14:03

View Full Notice

UK-Sunderland: Fire-alarm systems.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Northern Housing Consortium Ltd
       Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
       Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
       Main Address: https://consortiumprocurement.org.uk/
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Other type:: central purchasing body

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Fire Safety Framework            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         31625200 - Fire-alarm systems.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Provision of fire safety, including; design, supply, installation and maintenance of fire alarm systems, sprinkler systems, water mist systems, dry and wet risers, fire compartmentalisation, emergency lighting systems and firefighting equipment. Additionally Fire Risk Assessments, Consultancy, and Training services are available.
The framework will be available for all current and future Consortium Members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 150,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:MANUFACTURE/SUPPLY AND INSTALL OF FIRE SAFETY PRODUCT(S)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            31625100 - Fire-detection systems.
            31625200 - Fire-alarm systems.
            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.
            39525400 - Fire blankets.
            44221220 - Fire doors.
            44480000 - Miscellaneous fire-protection equipment.
            44482000 - Fire-protection devices.
            44482100 - Fire hoses.
            44482200 - Fire hydrants.
            45312100 - Fire-alarm system installation work.
            45343000 - Fire-prevention installation works.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: LOT 1 is available for Member Organisations to purchase a range of fire safety related products. It is also available to purchase products with installation services where available (it does not provide for installation of products purchased elsewhere).

      II.2.5) Award criteria:
      Quality criterion - Name: Product Catalogue - Pass/Fail / Weighting: 0
      Quality criterion - Name: Product Supply Chain and Sustainability / Weighting: 10
      Quality criterion - Name: Product Catalogue and Ordering / Weighting: 10
      Quality criterion - Name: Product Delivery / Weighting: 10
      Quality criterion - Name: Customer Service / Weighting: 10
      Quality criterion - Name: Product Innovation / Weighting: 10
                  
      Cost criterion - Name: Product Catalogue - Pass/Fail / Weighting: 0
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: For LOT 1, all Bidders passing the quality and price evaluations were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:DESIGN, MANUFACTURE/SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE ALARM SYSTEMS   
      Lot No:Sub Lot 2.1

      II.2.2) Additional CPV code(s):
            31625100 - Fire-detection systems.
            31625200 - Fire-alarm systems.
            45312100 - Fire-alarm system installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 2.1 covers the design, supply, installation, commissioning, certification, testing and maintenance of fire alarm systems. Member Organisations may select all or some of these services (for example, Member Organisations may require maintenance of existing equipment only).

      II.2.5) Award criteria:
      Quality criterion - Name: Design / Weighting: 15
      Quality criterion - Name: Supply and Install / Weighting: 15
      Quality criterion - Name: Maintenance / Weighting: 15
      Quality criterion - Name: Project Management / Weighting: 15
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: For LOT 2, Sub Lot 2.1, the six (6) highest scoring Bidders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Design, manufacture/supply, installation and maintenance of sprinkler systems   
      Lot No:Sub Lot 2.2

      II.2.2) Additional CPV code(s):
            44115500 - Sprinkler systems.
            45343230 - Sprinkler systems installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 2.2 covers the design, supply, installation, commissioning, certification, testing and maintenance of sprinkler systems. Member Organisations may select all or some of these services (for example, Member Organisations may require maintenance of existing equipment only).

      II.2.5) Award criteria:
      Quality criterion - Name: Design / Weighting: 15
      Quality criterion - Name: Supply and Install / Weighting: 15
      Quality criterion - Name: Maintenance / Weighting: 15
      Quality criterion - Name: Project Management / Weighting: 15
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: For LOT 2, Sub Lot 2.2, all three Bidders who submitted tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Design, manufacture/supply, installation and maintenance of water mist systems   
      Lot No:Sub Lot 2.3

      II.2.2) Additional CPV code(s):
            35111500 - Fire suppression system.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 2.3 covers the design, supply, installation, commissioning, certification, testing and maintenance of water mist systems. Member Organisations may select all or some of these services (for example, Member Organisations may require maintenance of existing equipment only).

      II.2.5) Award criteria:
      Quality criterion - Name: Design / Weighting: 15
      Quality criterion - Name: Supply and Install / Weighting: 15
      Quality criterion - Name: Maintenance / Weighting: 15
      Quality criterion - Name: Project Management / Weighting: 15
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: For LOT 2, Sub Lot 2.3, all Bidders who submitted tenders (one) were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Design, manufacture/supply, installation and maintenance of dry and wet risers   
      Lot No:Sub Lot 2.4

      II.2.2) Additional CPV code(s):
            35111500 - Fire suppression system.
            44165000 - Hoses, risers and sleeves.
            44165200 - Risers.
            44165210 - Flexible risers.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 2.4 covers the design, supply, installation, commissioning, certification, testing and maintenance of wet and dry risers. Member Organisations may select all or some of these services (for example, Member Organisations may require maintenance of existing equipment only).

      II.2.5) Award criteria:
      Quality criterion - Name: Design / Weighting: 15
      Quality criterion - Name: Supply and Install / Weighting: 15
      Quality criterion - Name: Maintenance / Weighting: 15
      Quality criterion - Name: Project Management / Weighting: 15
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: For LOT 2, Sub Lot 2.4, both Bidders who submitted tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Design, manufacture/supply, installation and maintenance of fire compartmentalisation systems   
      Lot No:Sub Lot 2.5

      II.2.2) Additional CPV code(s):
            45343100 - Fireproofing work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 2.5 covers the design, supply, installation, commissioning, certification, testing and maintenance of fire compartmentalisation. Member Organisations may select all or some of these services (for example, Member Organisations may require maintenance of existing equipment only).

      II.2.5) Award criteria:
      Quality criterion - Name: Design / Weighting: 15
      Quality criterion - Name: Supply and Install / Weighting: 15
      Quality criterion - Name: Maintenance / Weighting: 15
      Quality criterion - Name: Project Management / Weighting: 15
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: For LOT 2, Sub Lot 2.5, the six highest scoring Bidders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Design, manufacture/supply, installation and maintenance of emergency lighting systems   
      Lot No:3

      II.2.2) Additional CPV code(s):
            31518200 - Emergency lighting equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: LOT 3 covers the design, supply, installation, commissioning, certification, testing and maintenance of emergency lighting systems. Member Organisations may select all or some of these services (for example,Member Organisations may require maintenance of existing equipment only).

      II.2.5) Award criteria:
      Quality criterion - Name: Design / Weighting: 15
      Quality criterion - Name: Supply and Install / Weighting: 15
      Quality criterion - Name: Maintenance / Weighting: 15
      Quality criterion - Name: Project Management / Weighting: 15
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: For LOT 3 the highest six (6) scoring Bidders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Manufacture/supply, installation and maintenance of fire fighting equipment   
      Lot No:4

      II.2.2) Additional CPV code(s):
            35111000 - Firefighting equipment.
            24951210 - Fire-extinguisher powder.
            24951220 - Fire-extinguisher agents.
            24951230 - Fire-extinguisher charges.
            35111200 - Firefighting materials.
            35111300 - Fire extinguishers.
            35111320 - Portable fire-extinguishers.
            35111400 - Fire escape equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: LOT 4 covers the supply, installation, servicing, testing and maintenance of Fire Fighting
Equipment. Member Organisations may select all or some of these services (for example, Member
Organisations may require maintenance of existing equipment only).

      II.2.5) Award criteria:
      Quality criterion - Name: Supply and Install / Weighting: 15
      Quality criterion - Name: Maintenance / Weighting: 15
      Quality criterion - Name: Value for Money / Weighting: 15
      Quality criterion - Name: Project Management / Weighting: 15
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: For LOT 4, all five Bidders who submitted compliant tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 9)
   

      II.2.1) Title:Fire risk assessments   
      Lot No:5

      II.2.2) Additional CPV code(s):
            75251110 - Fire-prevention services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: LOT 5 is available for Member Organisations to purchase Fire Risk Assessments.

      II.2.5) Award criteria:
      Quality criterion - Name: Consultancy / Weighting: 15
      Quality criterion - Name: Quality Assurance / Weighting: 15
      Quality criterion - Name: Safety / Weighting: 15
      Quality criterion - Name: Project Management / Weighting: 15
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: For LOT 5 all seven Bidders who submitted compliant tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 10)
   

      II.2.1) Title:Consultancy and training   
      Lot No:6

      II.2.2) Additional CPV code(s):
            71317100 - Fire and explosion protection and control consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: LOT 6 is available for Member Organisations to purchase consultancy and/or training services.

      II.2.5) Award criteria:
      Quality criterion - Name: Consultancy / Weighting: 30
      Quality criterion - Name: Training / Weighting: 15
      Quality criterion - Name: Training Materials / Weighting: 15
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: For LOT 6 both Bidders who submitted compliant tenders were appointed to the framework as a Supply Partner.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2017/S 210-436449
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: MANUFACTURE/SUPPLY AND INSTALL OF FIRE SAFETY PRODUCT(S)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             EFT Systems Ltd
             Cobden House, 39a Cobden Road, Southport, PR9 7TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 15,000,000          
         Total value of the contract/lot: 15,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Sub Lot 2.1 Design, manufacture/supply, installation and maintenance of fire alarm systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: 12 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 17

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AGS Tech Limited
             42 York Street, Clitheroe, BB7 2DL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Allied Protection Limited
             1 King George Close, Romford, RM7 7LS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Ashley & McDonough Compliance Services
             Ashley Business Centre, Warrington Road, Prescot, Liverpool, L34 5RR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             DFP Services Ltd
             1 Artemis Court, St Johns Road, Meadowfield Industrial Estate, Durham, DH7 8XQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Securus Group
             Suite 506 Chadwick House, Warrington Road, Birchwood Park, Birchwood, Warrington, WA3 6AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             S. S. Systems Ltd
             Sorby House, The Point, Bradmarsh Business Park, Rotherham, S60 1DR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 15,000,000          
         Total value of the contract/lot: 15,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Sub Lot 2.2 Design, manufacture/supply, installation and maintenance of sprinkler systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Domestic Sprinklers Ltd
             6 Kent Close, Weymouth, DT4 9TF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             OpenView Security Solutions Limited
             OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Ventro Ltd
             Aquilam House, 7 Darklake View, Estover, Plymouth, PL6 7TL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 22,500,000          
         Total value of the contract/lot: 22,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Sub Lot 2.3 Design, manufacture/supply, installation and maintenance of water mist systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             OpenView Security Solutions Limited
             OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 15,000,000          
         Total value of the contract/lot: 15,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Sub Lot 2.4 Design, manufacture/supply, installation and maintenance of dry and wet risers

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             OpenView Security Solutions Limited
             OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Securus Group Limited
             Suite 506 Chadwick House, Warrington Road, Birchwood Park, Birchwood, Warrington, WA3 6AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 15,000,000          
         Total value of the contract/lot: 15,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Sub Lot 2.5 Design, manufacture/supply, installation and maintenance of fire compartmentalisation

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             CLC Contractors Limited, Northbrook Industrial Estate
             Vincent Avenue, Southampton, SO16 6PB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             EFT Systems Ltd
             Cobden House, 39a Cobden Road,, Southport, PR9 7TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Horbury Building Systems Limited
             South Grove House, South Grove, Rotherham, S60 2AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             ENGIE Regeneration Ltd
             No. 1 Bowling Green Terrace, Jack Lane, Leeds, LS11 9SP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Neo Property Solutions Limited
             Neo Court, Knowsthorpe Lane, Cross Green Industrial Estate, Leeds, LS9 0PF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             OpenView Security Solutions Limited
             OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 22,500,000          
         Total value of the contract/lot: 22,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Design, manufacture/supply, installation and maintenance of emergency lighting systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Ashley & Mcdonough Compliance Services
             Ashley Business Centre, Warrington Road, Prescot, Liverpool, L34 5RR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             DFP Services LTD
             1 Artemis Court, St Johns Road, Meadowfield Industrial Estate, Durham, DH7 8XQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             EFT Systems Ltd
             Cobden House, 39a Cobden Road, Southport, PR9 7TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             ENGIE Regeneration Ltd
             No. 1 Bowling Green Terrace, Jack Lane, Leeds, LS11 9SP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             OpenView Security Solutions Limited
             OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Securus Group Limited
             Suite 506 Chadwick House, Warrington Road, Birchwood Park, Birchwood, Warrington, WA3 6AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 15,000,000          
         Total value of the contract/lot: 15,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Manufacture/supply, installation and maintenance of fire fighting equipment

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Close Circuit Security Services Limited
             Stuart House, Valepits Road, Garretts Green, Birmingham, B33 0TD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             DFP Services LTD
             1 Artemis Court, St Johns Road,, Meadowfield Industrial Estate, Durham, DH7 8XQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             EFT Systems Ltd
             Cobden House, 39a Cobden Road, Southport, PR9 7TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Protec Fire Detection PLC
             Protec House, Churchill Way, Nelson, BB9 6RT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             S. S. Systems Ltd
             Sorby House, The Point, Bradmarsh Business Park, Rotherham, S60 1DR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 15,000,000          
         Total value of the contract/lot: 15,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Fire Risk Assessments

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             DFP Services LTD
             1 Artemis Court, St Johns Road, Meadowfield Industrial Estate, Durham, DH7 8XQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Fire Safety First
             Unit 1.11 Cannock Chase Enterprise Centre, Walkers Rise, Rugeley Road, Hednesford, Cannock, WS12 0QU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Impeller Assurance & Resilience Ltd
             TWFRS Headquarters, Nissan Way, Sunderland, SR5 3QY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Lawes Marsh Limited
             14, The Slipway, Marina Keep, Port Solent, Portsmouth, PO6 4TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             MacDonald Martin Ltd
             3a Wellmere Road, Leechmere Industrial Esate, Sunderland, SR2 9TE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Nulogic Fire Ltd
             Orchard House, 3 Orchard Close, Newpark Industrial Estate, Antrim, BT41 2RZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Property Tectonics Limited
             Heywood Hall, Bolton Road, Pendlebury, Manchester, M27 8UX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 10,500,000          
         Total value of the contract/lot: 10,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.10)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Consultancy and Training

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Impeller Assurance & Resilience Ltd
             TWFRS Headquarters, Nissan Way, Sunderland, SR5 3QY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Nulogic Fire Ltd
             Orchard House, 3 Orchard Close, Newpark Industrial Estate, Antrim, BT41 2RZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,500,000          
         Total value of the contract/lot: 4,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considered that this contract was suitable for economic operators that are small or medium enterprises (SMEs).
The selection of tenderers was based solely on the criteria set out for the procurement.
The framework will be available for all current and future Consortium Members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member Organisations may choose to award Call-Off contracts under one or a combination of LOT(s) or Sub-Lots to meet their requirements.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=303454240

   VI.4) Procedures for review

      VI.4.1) Review body
          See VI.4.3
          see VI.4.3, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Webster's Ropery, Sunderland, SR4 6DJ, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The contracting authority incorporated a minimum 10 calendar day standstill period at the point information on the award of the contract was communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ‘ineffective’.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 02/03/2018




View any Notice Addenda

View Award Notice