Deactivated users is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Fire Safety Services and Works Framework |
Notice type: | Contract Notice |
Authority: | Deactivated users |
Nature of contract: | Works |
Procedure: | Negotiated |
Short Description: | The Metropolitan Thames Valley Housing group (MTVH) proposes to enter into a Framework Agreement for fire safety services and works. The Framework covers; Fire Safety Assessments, FRA Reviews, FRA Remedial Actions and Servicing & Non-Technical Fire Checks. It is divided into eight Lots as detailed in this notice. There are restrictions to the number & combination of Lots you can bid for. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework. |
Published: | 27/12/2018 15:02 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Metropolitan Housing Trust Limited
The Grange, 100 High Street, London, N14 6PW, United Kingdom
Email: John.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk, Address of the buyer profile: www.metropolitan.org.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: N/A
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./UA7YR62MPB
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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 Safety Services and 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: The Metropolitan Thames Valley Housing group (MTVH) proposes to enter into a Framework Agreement for fire safety services and works. The Framework covers; Fire Safety Assessments, FRA Reviews, FRA Remedial Actions and Servicing & Non-Technical Fire Checks. It is divided into eight Lots as detailed in this notice. There are restrictions to the number & combination of Lots you can bid for. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.1.5) Estimated total value:
Value excluding VAT: 99,458,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Contractors may only be awarded one Call-Off Contract under the Framework. See “Fire Safety Framework – Lot Limitations” document on Delta for more information.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot One - Fire Risk Assessments
Lot No: 1
II.2.2) Additional CPV codes:
71630000 - Technical inspection and testing services.
90711100 - Risk or hazard assessment other than for construction.
71317210 - Health and safety consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To undertake Type 3 and where required Type 4 fire risk assessments across both general needs and specialist housing stock, using a template compliant with PAS79 on web based technology. This Lot relates to all stock within the MTVH group (currently in South London, North London, East Anglia & East Midlands). The volume of works/services will be split 50:50 between two contractors.
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: 5,279,000
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 number of candidates: 12
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 1 you may also bid for Lot 2. You cannot bid for any of Lots 3-8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description Lot No. 2
II.2.1) Title: Lot Two- FRA Reviews
Lot No: 2
II.2.2) Additional CPV codes:
71630000 - Technical inspection and testing services.
90711100 - Risk or hazard assessment other than for construction.
71317210 - Health and safety consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Undertake Fire Risk Assessment Reviews across both general needs and specialist housing stock, using a template compliant with PAS79 on web based technology. This Lot relates to all stock within the MTVH group (currently in South London, North London, East Anglia & East Midlands).
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: 2,002,000
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 number of candidates: 12
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 2 you may also bid for Lot 1. You cannot bid for any of Lots 3-8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description Lot No. 3
II.2.1) Title: Lot Three- FRA Remedial Actions (South London)
Lot No: 3
II.2.2) Additional CPV codes:
45343000 - Fire-prevention installation works.
45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways.
51700000 - Installation services of fire protection equipment.
45312100 - Fire-alarm system installation work.
35111300 - Fire extinguishers.
50413200 - Repair and maintenance services of firefighting equipment.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Undertake Fire Risk Assessment remedial works across both general needs and specialist housing stock ensuring all passive fire protection work is 3rd party accredited. This Lot relates to all stock within the MTVH South London region.
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: 29,010,000
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 number of candidates: 10
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 3 you cannot bid for Lot 1 or 2 or Lot 4 or 5. You may bid for one of Lots 6, 7 or 8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description Lot No. 4
II.2.1) Title: Lot Four- FRA Remedial Actions (North London & East Anglia)
Lot No: 4
II.2.2) Additional CPV codes:
45343000 - Fire-prevention installation works.
45220000 - Engineering works and construction works.
51700000 - Installation services of fire protection equipment.
45312100 - Fire-alarm system installation work.
45343200 - Firefighting equipment installation work.
35111300 - Fire extinguishers.
50413200 - Repair and maintenance services of firefighting equipment.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Undertake Fire Risk Assessment remedial works across both general needs and specialist housing stock ensuring all passive fire protection work is 3rd party accredited. This Lot relates to all stock within the MTVH North London & East Anglia regions.
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: 24,890,000
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 number of candidates: 10
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 4 you cannot bid for Lot 1 or 2 or Lot 3 or 5. You may bid for one of Lots 6, 7 or 8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description Lot No. 5
II.2.1) Title: Lot Five- FRA Remedial Actions (East Midlands)
Lot No: 5
II.2.2) Additional CPV codes:
45343000 - Fire-prevention installation works.
45220000 - Engineering works and construction works.
51700000 - Installation services of fire protection equipment.
45312100 - Fire-alarm system installation work.
45343200 - Firefighting equipment installation work.
45343220 - Fire-extinguishers installation work.
50413200 - Repair and maintenance services of firefighting equipment.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Undertake Fire Risk Assessment remedial works across both general needs and specialist housing stock ensuring all passive fire protection work is 3rd party accredited. This Lot relates to all stock within the MTVH East Midlands region.
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: 7,168,000
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 number of candidates: 10
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 5 you cannot bid for Lot 1 or 2 or Lot 3 or 4. You may bid for one of Lots 6, 7 or 8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description Lot No. 6
II.2.1) Title: Lot Six - Servicing & non-technical fire checks (South London)
Lot No: 6
II.2.2) Additional CPV codes:
50413200 - Repair and maintenance services of firefighting equipment.
71317210 - Health and safety consultancy services.
71630000 - Technical inspection and testing services.
51700000 - Installation services of fire protection equipment.
45312100 - Fire-alarm system installation work.
45343200 - Firefighting equipment installation work.
45343220 - Fire-extinguishers installation work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Undertake fire equipment servicing, maintenance, routine testing and relevant repairs on the following equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Lightning Protection, Sprinklers and Fire Extinguishers. Undertake routine testing of the following fire equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Sprinklers, Fire Extinguishers, Fire Doors, External Escape Stairs and Gerda Boxes. This Lot relates to all stock within the MTVH South London region.
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: 13,635,000
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 number of candidates: 10
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 6 you cannot bid for Lot 1 or 2 or Lot 7 or 8. You may bid for one of Lots 3, 4 or 5. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description Lot No. 7
II.2.1) Title: Lot Seven - Servicing & non-technical fire checks (North London & East Anglia)
Lot No: 7
II.2.2) Additional CPV codes:
50413200 - Repair and maintenance services of firefighting equipment.
71317210 - Health and safety consultancy services.
71630000 - Technical inspection and testing services.
51700000 - Installation services of fire protection equipment.
45312100 - Fire-alarm system installation work.
45343200 - Firefighting equipment installation work.
45343220 - Fire-extinguishers installation work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Undertake fire equipment servicing, maintenance, routine testing and relevant repairs on the following equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Lightning Protection, Sprinklers and Fire Extinguishers. Undertake routine testing of the following fire equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Sprinklers, Fire Extinguishers, Fire Doors, External Escape Stairs and Gerda Boxes. This Lot relates to all stock within the MTVH North London & East Anglia regions.
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: 13,407,000
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 number of candidates: 10
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 7 you cannot bid for Lot 1 or 2 or Lot 6 or 8. You may bid for one of Lots 3, 4 or 5. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description Lot No. 8
II.2.1) Title: Lot Eight - Servicing & non-technical fire checks (East Midlands)
Lot No: 8
II.2.2) Additional CPV codes:
50413200 - Repair and maintenance services of firefighting equipment.
71317210 - Health and safety consultancy services.
71630000 - Technical inspection and testing services.
51700000 - Installation services of fire protection equipment.
45312100 - Fire-alarm system installation work.
45343200 - Firefighting equipment installation work.
45343220 - Fire-extinguishers installation work.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Undertake fire equipment servicing, maintenance, routine testing and relevant repairs on the following equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Lightning Protection, Sprinklers and Fire Extinguishers. Undertake routine testing of the following fire equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Sprinklers, Fire Extinguishers, Fire Doors, External Escape Stairs and Gerda Boxes. This Lot relates to all stock within the MTVH East Midlands region.
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: 4,067,000
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 number of candidates: 10
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 8 you cannot bid for Lot 1 or 2 or Lot 6 or 7. You may bid for one of Lots 3, 4 or 5. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
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:
As detailed in the procurement documents.
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 detailed in the procurement documents.
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 NEGOTIATED
IV.1.1) Type of procedure:
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:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided.
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
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: 01/02/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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): 12
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.The Contracting Body is part of a group structure, with the trading name Metropolitan Thames Valley (MTVH).
Any members of the MTV group (current and future) may call-off contracts under the Framework Agreement. Full details of the current members of the MTVH group are included within the procurement documentation
In addition, any local authority, ALMO or registered providers of social housing (current and future) may call-off contracts under the Framework Agreement. A list of current registered providers of social housing may be found at https://www.gov.uk/government/publications/current-registered-providers-of-social-housing.
All Call-off Contracts will be entered into directly between the purchasing entity and the economic operator. No entity will be under any obligation to enter into a Call-off Contract under the Framework Agreement.
The estimated values of the Framework Agreement and each Lot is based on the call-off contract values anticipated by Metropolitan Housing Trust Limited and Thames Valley Housing Association in the relevant regions. Bidders should note that these values will increase if any other group members and/or any other contracting authorities Call-off Contracts under the Framework Agreement.
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./UA7YR62MPB
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/UA7YR62MPB
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, 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:
Not provided.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 27/12/2018
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Thames Valley Housing Association
Premier House,, 52 London Rd,, Twickenham, TW1 3RP, United Kingdom
Email: John.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk,
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Metropolitan Housing Trust Limited
The Grange,, 100 High St,, London, N14 6PW, United Kingdom
Email: John.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk,
NUTS Code: UKI
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
EM Property Services Limited
The Grange,, 100 High Street,, London, N14 6PW,, United Kingdom
Email: John.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk
NUTS Code: UK
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Metropolitan Housing Trust Limited
The Grange, 100 High Street, London, N14 6PW, United Kingdom
Email: John.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk, Address of the buyer profile: www.metropolitan.org.uk
NUTS Code: UKI
I.2) Joint procurement:
The contract involves joint procurement: Yes
In the case of joint procurement involving different countries, state applicable national procurement law: N/A
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 Safety Services and 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: The Metropolitan Thames Valley Housing group (MTVH) proposes to enter into a Framework Agreement for fire safety services and works. The Framework covers; Fire Safety Assessments, FRA Reviews, FRA Remedial Actions and Servicing & Non-Technical Fire Checks. It is divided into eight Lots as detailed in this notice. There are restrictions to the number & combination of Lots you can bid for. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.2) Description (lot no. 1)
II.2.1) Title:Lot One - Fire Risk Assessments
Lot No:1
II.2.2) Additional CPV code(s):
71630000 - Technical inspection and testing services.
90711100 - Risk or hazard assessment other than for construction.
71317210 - Health and safety 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: To undertake Type 3 and where required Type 4 fire risk assessments across both general needs and specialist housing stock, using a template compliant with PAS79 on web based technology. This Lot relates to all stock within the MTVH group (currently in South London, North London, East Anglia & East Midlands). The volume of works/services will be split 50:50 between two contractors.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 1 you may also bid for Lot 2. You cannot bid for any of Lots 3-8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description (lot no. 2)
II.2.1) Title:Lot Two- FRA Reviews
Lot No:2
II.2.2) Additional CPV code(s):
71630000 - Technical inspection and testing services.
90711100 - Risk or hazard assessment other than for construction.
71317210 - Health and safety 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: Undertake Fire Risk Assessment Reviews across both general needs and specialist housing stock, using a template compliant with PAS79 on web based technology. This Lot relates to all stock within the MTVH group (currently in South London, North London, East Anglia & East Midlands).
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 2 you may also bid for Lot 1. You cannot bid for any of Lots 3-8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description (lot no. 3)
II.2.1) Title:Lot Three- FRA Remedial Actions (South London)
Lot No:3
II.2.2) Additional CPV code(s):
45343000 - Fire-prevention installation works.
45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways.
51700000 - Installation services of fire protection equipment.
45312100 - Fire-alarm system installation work.
35111300 - Fire extinguishers.
50413200 - Repair and maintenance services of firefighting equipment.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Undertake Fire Risk Assessment remedial works across both general needs and specialist housing stock ensuring all passive fire protection work is 3rd party accredited. This Lot relates to all stock within the MTVH South London region.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 3 you cannot bid for Lot 1 or 2 or Lot 4 or 5. You may bid for one of Lots 6, 7 or 8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description (lot no. 4)
II.2.1) Title:Lot Four- FRA Remedial Actions (North London & East Anglia)
Lot No:4
II.2.2) Additional CPV code(s):
45343000 - Fire-prevention installation works.
45220000 - Engineering works and construction works.
51700000 - Installation services of fire protection equipment.
45312100 - Fire-alarm system installation work.
45343200 - Firefighting equipment installation work.
35111300 - Fire extinguishers.
50413200 - Repair and maintenance services of firefighting equipment.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Undertake Fire Risk Assessment remedial works across both general needs and specialist housing stock ensuring all passive fire protection work is 3rd party accredited. This Lot relates to all stock within the MTVH North London & East Anglia regions.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 4 you cannot bid for Lot 1 or 2 or Lot 3 or 5. You may bid for one of Lots 6, 7 or 8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description (lot no. 5)
II.2.1) Title:Lot Five- FRA Remedial Actions (East Midlands)
Lot No:5
II.2.2) Additional CPV code(s):
45343000 - Fire-prevention installation works.
45220000 - Engineering works and construction works.
51700000 - Installation services of fire protection equipment.
45312100 - Fire-alarm system installation work.
45343200 - Firefighting equipment installation work.
45343220 - Fire-extinguishers installation work.
50413200 - Repair and maintenance services of firefighting equipment.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Undertake Fire Risk Assessment remedial works across both general needs and specialist housing stock ensuring all passive fire protection work is 3rd party accredited. This Lot relates to all stock within the MTVH East Midlands region.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 5 you cannot bid for Lot 1 or 2 or Lot 3 or 4. You may bid for one of Lots 6, 7 or 8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description (lot no. 6)
II.2.1) Title:Lot Six - Servicing & non-technical fire checks (South London)
Lot No:6
II.2.2) Additional CPV code(s):
50413200 - Repair and maintenance services of firefighting equipment.
71317210 - Health and safety consultancy services.
71630000 - Technical inspection and testing services.
51700000 - Installation services of fire protection equipment.
45312100 - Fire-alarm system installation work.
45343200 - Firefighting equipment installation work.
45343220 - Fire-extinguishers installation work.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Undertake fire equipment servicing, maintenance, routine testing and relevant repairs on the following equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Lightning Protection, Sprinklers and Fire Extinguishers. Undertake routine testing of the following fire equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Sprinklers, Fire Extinguishers, Fire Doors, External Escape Stairs and Gerda Boxes. This Lot relates to all stock within the MTVH South London region.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 6 you cannot bid for Lot 1 or 2 or Lot 7 or 8. You may bid for one of Lots 3, 4 or 5. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description (lot no. 7)
II.2.1) Title:Lot Seven - Servicing & non-technical fire checks (North London & East Anglia)
Lot No:7
II.2.2) Additional CPV code(s):
50413200 - Repair and maintenance services of firefighting equipment.
71317210 - Health and safety consultancy services.
71630000 - Technical inspection and testing services.
51700000 - Installation services of fire protection equipment.
45312100 - Fire-alarm system installation work.
45343200 - Firefighting equipment installation work.
45343220 - Fire-extinguishers installation work.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Undertake fire equipment servicing, maintenance, routine testing and relevant repairs on the following equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Lightning Protection, Sprinklers and Fire Extinguishers. Undertake routine testing of the following fire equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Sprinklers, Fire Extinguishers, Fire Doors, External Escape Stairs and Gerda Boxes. This Lot relates to all stock within the MTVH North London & East Anglia regions.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 7 you cannot bid for Lot 1 or 2 or Lot 6 or 8. You may bid for one of Lots 3, 4 or 5. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description (lot no. 8)
II.2.1) Title:Lot Eight - Servicing & non-technical fire checks (East Midlands)
Lot No:8
II.2.2) Additional CPV code(s):
50413200 - Repair and maintenance services of firefighting equipment.
71317210 - Health and safety consultancy services.
71630000 - Technical inspection and testing services.
51700000 - Installation services of fire protection equipment.
45312100 - Fire-alarm system installation work.
45343200 - Firefighting equipment installation work.
45343220 - Fire-extinguishers installation work.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Undertake fire equipment servicing, maintenance, routine testing and relevant repairs on the following equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Lightning Protection, Sprinklers and Fire Extinguishers. Undertake routine testing of the following fire equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Sprinklers, Fire Extinguishers, Fire Doors, External Escape Stairs and Gerda Boxes. This Lot relates to all stock within the MTVH East Midlands region.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
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: If you bid for Lot 8 you cannot bid for Lot 1 or 2 or Lot 6 or 7. You may bid for one of Lots 3, 4 or 5. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: 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: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2018 - 576727
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=371429578
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not provided.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 18/01/2019
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Thames Valley Housing Association
Premier House,, 52 London Rd,, Twickenham, TW1 3RP, United Kingdom
Email: John.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk,
NUTS Code: UK
2: Contracting Authority
Metropolitan Housing Trust Limited
The Grange,, 100 High St,, London, N14 6PW, United Kingdom
Email: John.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk,
NUTS Code: UKI
3: Contracting Authority
EM Property Services Limited
The Grange,, 100 High Street,, London, N14 6PW,, United Kingdom
Email: John.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk
NUTS Code: UK