Sovereign Network Homes: Fire Risk Assessment Remedial Works Framework

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

Notice Summary
Title: Fire Risk Assessment Remedial Works Framework
Notice type: Contract Notice
Authority: Sovereign Network Homes
Nature of contract: Works
Procedure: Restricted
Short Description: Network Homes requires experienced contractors for a Framework to provide FIRAS-accredited Fire Risk Assessment (FRA) Remedial Works. Fire Risk Assessments in properties owned/managed by Network Homes have highlighted areas that require remedial works in order that the buildings can be effectively sealed into their individual and manageable compartments.
Published: 26/08/2016 16:12
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-London: Fire-prevention installation works.
Section I: Contracting Authority
      I.1) Name and addresses
             Network Homes
             Olympic Office Centre, 8 Fulton Road, London, HA9 0NU, United Kingdom
             Tel. +44 02087824312, Email: procurement@networkhomes.org.uk
             Main Address: www.networkhomes.org.uk
             NUTS Code: UKI23
      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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-prevention-installation-works./5NB6N3QQEH
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta 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: https://www.delta-esourcing.com/delta
      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 Risk Assessment Remedial Works Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45343000 - Fire-prevention installation works.
      FB08-8 - For fire protection

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Network Homes requires experienced contractors for a Framework to provide FIRAS-accredited Fire Risk Assessment (FRA) Remedial Works. Fire Risk Assessments in properties owned/managed by Network Homes have highlighted areas that require remedial works in order that the buildings can be effectively sealed into their individual and manageable compartments.       
      II.1.5) Estimated total value:
      Value excluding VAT: 5,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: A framework of 3-4 contractors to carry out passive fire protection works. Works will be called-off in accordance with the Tender documents which are included in the portal.
      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: 5,000,000       
      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: 10       
      Objective criteria for choosing the limited number of candidates: As set out in the PQQ 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:          
      Set out in Tender documentation    
      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       
      Set out in Tender 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
      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: 4               
         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: Yes       
   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: 29/09/2016 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 24/10/2016       
      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: Network Homes (NH) is inviting expressions of interest from suitably experienced contractors to be appointed to a Framework to provide FIRAS-accredited Fire Risk Assessment (FRA) Remedial Works as specified in the Client Requirements and other Tender documents.

Fire Risk Assessments in properties owned/managed by Network Homes have highlighted areas that require remedial works in order that the buildings can be effectively sealed into their individual and manageable compartments.
To carry out the Passive Fire Protection (PFP) works required following the FRAs, remedial works will include
•The installation of Fire Doors.
•Penetrating Sealing Systems.
•Fire Collars and Pillows.
•Signage.
•Internal / Communal decorations.


All PFP works must be undertaken by a FIRAS-accredited contractor. Should the main contractor not have appropriate FIRAS accreditation, they will need to demonstrate how they will ensure that they will deliver FIRAS accredited work. Any submission not demonstrating this will be eliminated.

NH is looking to appoint 3 or 4 Service Providers to the Framework to deliver the works and the Framework will be for a period of 4 years starting in February 2017.

Contractors should be able to cover the Group’s entire stock- which includes Hertfordshire, Bedfordshire, northwest, west, central, southwest and east London-as well as all types of passive fire protection works. . NH accept that suppliers may need to sub contract works in certain trades/ regions. This will be subject to agreement with NH before sub-contracting.

It is important to note that there is no guarantee of work.

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://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-prevention-installation-works./5NB6N3QQEH

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5NB6N3QQEH
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court, Royal Courts of Justice
       The Strand, London, London, WC2A2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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 after communication to tenderer s of the authority's intended award decision. There is no right of appeal to the contracting authority and instead the UK Public Contract 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 granted by the courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in V1.4.1    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          High Court, Royal Courts of Justice
       The Strand, London, WC2A2LL, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 26/08/2016

Annex A


View any Notice Addenda

View Award Notice