Sovereign Network Homes: Fire-related works framework

  Sovereign Network Homes is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fire-related works framework
Notice type: Contract Notice
Authority: Sovereign Network Homes
Nature of contract: Works
Procedure: Restricted
Short Description: A Framework in 2 Lots Lot 1- FRA remedial works/passive fire protection (PFP) Lot 2- Fire safety works (eg the Installation of Alarms. Sprinklers and water mist systems, AOV’s, Dry and Wet risers, Emergency lighting and other associated works.)
Published: 18/06/2021 14:21
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Wembley: Fire-prevention installation works.
Section I: Contracting Authority
      I.1) Name and addresses
             Network Homes
             The Hive, 22 Wembley Park Boulevard, Wembley, HA9 0HP, United Kingdom
             Tel. +44 2087824312, Email: procurement@networkhomes.org.uk
             Main Address: https://networkhomes.org.uk
             NUTS Code: UKI
      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: No.
      I.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-Wembley:-Fire-prevention-installation-works./43NEQE5N2S
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Fire-prevention-installation-works./43NEQE5N2S to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Fire-related works framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45343000 - Fire-prevention installation works.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: A Framework in 2 Lots
Lot 1- FRA remedial works/passive fire protection (PFP)
Lot 2- Fire safety works (eg the Installation of Alarms. Sprinklers and water mist systems, AOV’s, Dry and Wet risers, Emergency lighting and other associated works.)       
      II.1.5) Estimated total value:
      Value excluding VAT: 32,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1- FRA Remedial Works (PFP)       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45343000 - Fire-prevention installation works.
      44221220 - Fire doors.
      51700000 - Installation services of fire protection equipment.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKH23 Hertfordshire
      
      II.2.4) Description of procurement: This is Lot 1
1) Remedial works (Passive Fire Protection)
Works could include (but not exclusively)
• Fire doors and furniture
• Fire resisting air transfer grilles
• Fire resisting glazing
• Linear gap seals
• Penetration seals for cables, pipes and other services.
• Cavity Barriers
• Ceiling Systems
• Compartment seals
- compartmentation
- enclosures

and other associated works
as set out in the Specification
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 28,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
            / Maximum number: 9       
      Objective criteria for choosing the limited number of candidates: As set out in the SQ documentation.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/43NEQE5N2S       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2- Fire Safety Works       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45343000 - Fire-prevention installation works.
      31518200 - Emergency lighting equipment.
      31625100 - Fire-detection systems.
      45312100 - Fire-alarm system installation work.
      44115500 - Sprinkler systems.
      35111500 - Fire suppression system.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKH2 Bedfordshire and Hertfordshire
      
      II.2.4) Description of procurement: Lot 2- Fire safety installations, which could include, but not exclusively:
Fire Alarms
Sprinklers and water mist systems
AOVs (automatic over-ride vents)
Emergency lighting
Dry risers and wet risers
Other associated/related works
in accordance with and set out in the Specification
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
            / Maximum number: 9       
      Objective criteria for choosing the limited number of candidates: As set out in the SQ documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Installers for Lot 1 will need to be FIRAS-accredited    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions       
      As set out in the documentation          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.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       
         Envisaged maximum number of participants to the framework agreement: 8               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 23/07/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 16/08/2021       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 5
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.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.

Network Homes wishes to establish a Framework Agreement for the provision of Fire related works.
We are one of the UK’s leading housing associations with over 40 years’ experience developing award winning homes. A member of the G15 Group of London’s largest housing associations, we own and manage approx. 21,000 homes across London, Hertfordshire and the South East. We love to build homes and we take great pride in the quality of the homes we deliver. For further details visit www.networkhomes.org.uk
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Fire-prevention-installation-works./43NEQE5N2S

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/43NEQE5N2S
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court
       Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             N/A
          London, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The contracting authority will observe a minimum 10 calendar day standstill period from the day of communication to the tenderers of the authority's intended award decision.
There is no right of appeal to the contracting authority and instead the UK Public Contracts Regulations 2015 provide for an aggrieved party to apply to the High Court of England and Wales concerning any alleged breach unless an extension is agreed by the Courts.
Full information regarding appeals can be obtained from the body responsible for the appeal procedure as stated in VI.4.1).    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          High Court
       Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 18/06/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Wembley: Fire-prevention installation works.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Network Homes
       The Hive, 22 Wembley Park Boulevard, Wembley, HA9 0HP, United Kingdom
       Tel. +44 2087824312, Email: procurement@networkhomes.org.uk
       Main Address: https://networkhomes.org.uk
       NUTS Code: UKI

   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: No

   I.4)Type of the contracting authority:
      Body governed by public law

   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-related works framework            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45343000 - Fire-prevention installation works.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: A Framework in 2 Lots
Lot 1- FRA remedial works/passive fire protection (PFP)
Lot 2- Fire safety works (eg the Installation of Alarms. Sprinklers and water mist systems, AOV’s, Dry and Wet risers, Emergency lighting and other associated works.)

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 34,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1- FRA Remedial Works (PFP)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45343000 - Fire-prevention installation works.
            44221220 - Fire doors.
            51700000 - Installation services of fire protection equipment.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
      UKH23 - Hertfordshire
   
      Main site or place of performance:
      LONDON
      Hertfordshire
             

      II.2.4) Description of the procurement: This is Lot 1
1) Remedial works (Passive Fire Protection)
Works could include (but not exclusively)
• Fire doors and furniture
• Fire resisting air transfer grilles
• Fire resisting glazing
• Linear gap seals
• Penetration seals for cables, pipes and other services.
• Cavity Barriers
• Ceiling Systems
• Compartment seals
- compartmentation
- enclosures

and other associated works
as set out in the Specification

      II.2.5) Award criteria:
       Not Provided

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/43NEQE5N2S

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2- Fire Safety Works   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45343000 - Fire-prevention installation works.
            31518200 - Emergency lighting equipment.
            31625100 - Fire-detection systems.
            45312100 - Fire-alarm system installation work.
            44115500 - Sprinkler systems.
            35111500 - Fire suppression system.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
      UKH2 - Bedfordshire and Hertfordshire
   
      Main site or place of performance:
      LONDON
      Bedfordshire and Hertfordshire
             

      II.2.4) Description of the procurement: Lot 2- Fire safety installations, which could include, but not exclusively:
Fire Alarms
Sprinklers and water mist systems
AOVs (automatic over-ride vents)
Emergency lighting
Dry risers and wet risers
Other associated/related works
in accordance with and set out in the Specification

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      A dynamic purchasing system was set up: No

   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
       Not Provided
   

   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: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Diamond Build PLC, 01340271
             52-68 Stamford Rd, London, N15 4PZ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Mulalley & Co Ltd, 01534913
             Teresa Gavin House, Woodford Avenue, Woodford Green, IG8 8FA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             A D Construction Group (Architectural Decorators Ltd), N/A
             Samuel House 7 Powerscroft Road Sidcup DA14 5DT, 7 Powerscroft Road, Sidcup, DA14 5DT, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: No
         
         Contractor (No.4)
             Checkmate Fire Solutions Ltd, 04849245
             The Second Floor Rosemount House, Rosemount Estate, Huddersfield, HX5 0EE, United Kingdom
             NUTS Code: UKE42
            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: Not Provided          
         Total value of the contract/lot: 30,000,000
         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: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             SureServe Fire & Electrical Ltd, 02504054
             Unit 1 Yardley Business Park,, Luckyn Lane, Basildon, Essex, SS14 3BZ, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: No
         
         Contractor (No.2)
             ABCA Systems Ltd, 12500353
             Unit 24, Mylord Crescent,, Camperdown Industrial Estate,, Killingworth, Newcastle Upon Tyne, NE12 5UJ, United Kingdom
             NUTS Code: UKC2
            The contractor is an SME: No
         
         Contractor (No.3)
             WG Wiggingtons Ltd, N/A
             Wigginton House, 1-4 Rockware Avenue, Greenford, Middlesex, UB6 0AA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Oakray Ltd, 01458147
             Glasgow Stud, Burnt Farm Ride,, Enfield, Middlesex, EN2 9DY, United Kingdom
             NUTS Code: UKI
            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: Not Provided          
         Total value of the contract/lot: 4,000,000
         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 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.

Network Homes wishes to establish a Framework Agreement for the provision of Fire related works.
We are one of the UK’s leading housing associations with over 40 years’ experience developing award winning homes. A member of the G15 Group of London’s largest housing associations, we own and manage approx. 21,000 homes across London, Hertfordshire and the South East. We love to build homes and we take great pride in the quality of the homes we deliver. For further details visit www.networkhomes.org.uk
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=689155551

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          N/A
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The contracting authority will observe a minimum 10 calendar day standstill period from the day of communication to the tenderers of the authority's intended award decision.
There is no right of appeal to the contracting authority and instead the UK Public Contracts Regulations 2015 provide for an aggrieved party to apply to the High Court of England and Wales concerning any alleged breach unless an extension is agreed by the Courts.
Full information regarding appeals can be obtained from the body responsible for the appeal procedure as stated in VI.4.1).

      VI.4.4) Service from which information about the review procedure may be obtained
          High Court
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom

   VI.5) Date of dispatch of this notice: 20/05/2022