Northern Housing Consortium Ltd : Fire Safety Framework

  Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fire Safety Framework
Notice type: Contract 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 fire fighting 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: 31/10/2017 11:52
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-Sunderland: Fire-alarm systems.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Housing Consortium Ltd
             Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
             Tel. +44 1915661000, Email: rachel.wheeler@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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.delta-esourcing.org.uk
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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
            Other type:: Central Purchasing Body
      I.5) Main activity
            Housing and community amenities

Section II: Object
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 fire fighting 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.1.5) Estimated total value:
      Value excluding VAT: 150,000,000       
      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: Member Organisations may choose to award Call-Off contracts under one or a combination of LOT(s) or Sub-Lots to meet their requirements.

II.2) Description
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 codes:
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            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: 15,000,000       
      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.2.10) 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: For LOT 1, all Bidders passing the quality and price evaluations will be 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 PROTECTION SYSTEMS       
      Lot No: Sub-Lot 2.1 Fire Alarm Systems       
      II.2.2) Additional CPV codes:
      31625100 - Fire-detection systems.
      31625200 - Fire-alarm systems.
      45312100 - Fire-alarm system installation work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Criteria below
            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
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      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.2.10) 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: For LOT 2 up to the highest six (6) scoring Bidders per Sub Lot (or more in the event of a tie) will be 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 FIRE PROTECTION SYSTEMS       
      Lot No: Sub-Lot 2.2 Sprinkler Systems       
      II.2.2) Additional CPV codes:
      44115500 - Sprinkler systems.
      45343230 - Sprinkler systems installation work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Criteria below
            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
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 22,500,000       
      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.2.10) 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: For LOT 2 up to the highest six (6) scoring Bidders per Sub Lot (or more in the event of a tie) will be 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 FIRE PROTECTION SYSTEMS       
      Lot No: Sub-Lot 2.3 Water Mist Systems       
      II.2.2) Additional CPV codes:
      35111500 - Fire suppression system.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Criteria below
            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
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      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.2.10) 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: For LOT 2 up to the highest six (6) scoring Bidders per Sub Lot (or more in the event of a tie) will be 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 FIRE PROTECTION SYSTEMS       
      Lot No: Sub-Lot 2.4 Dry and Wet Risers       
      II.2.2) Additional CPV codes:
      35111500 - Fire suppression system.
      44165000 - Hoses, risers and sleeves.
      44165200 - Risers.
      44165210 - Flexible risers.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Criteria below
            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
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      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.2.10) 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: For LOT 2 up to the highest six (6) scoring Bidders per Sub Lot (or more in the event of a tie) will be 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 PROTECTION SYSTEMS       
      Lot No: Sub-Lot 2.5 Fire Compartmentalisation       
      II.2.2) Additional CPV codes:
      45343100 - Fireproofing work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Criteria below
            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
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 22,500,000       
      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.2.10) 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: For LOT 2 up to the highest six (6) scoring Bidders per Sub Lot (or more in the event of a tie) will be 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 codes:
      31518200 - Emergency lighting equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Criteria below
            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
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      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.2.10) 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: For LOT 3 up to the highest six (6) scoring Bidders per LOT (or more in the event of a tie) will be 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 codes:
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Criteria below
            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
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      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.2.10) 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: For LOT 4 up to the highest six (6) scoring Bidders per LOT (or more in the event of a tie) will be 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 codes:
      75251110 - Fire-prevention services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: LOT 5 is available for Member Organisations to purchase Fire Risk Assessments.
      II.2.5) Award criteria:
            Criteria below
            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
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 10,500,000       
      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.2.10) 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: For LOT 5 up to the highest twelve (12) scoring Bidders per LOT (or more in the event of a tie) will be 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 codes:
      71317100 - Fire and explosion protection and control consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: LOT 6 is available for Member Organisations to purchase consultancy and/or training services.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Consultancy / Weighting: 30
            Quality criterion - Name: Training / Weighting: 15
            Quality criterion - Name: Training Materials / Weighting: 15
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 4,500,000       
      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.2.10) 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: For LOT 6 up to the highest twelve (12) scoring Bidders per LOT (or more in the event of a tie) will be appointed to the framework as a Supply Partner.       


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:          
      Successful Bidders must become Members of the Northern Housing Consortium, renewable on an annual basis. Current fee is £262.50 (+VAT) per annum.
Other suitability criteria is set out in the Selection Criteria and Specification which can be obtained from the address in section 1.    
      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.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      as stated in the Specification and 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 OPEN
      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    
         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.1.6) 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: 08/12/2017 Time: 17:00
            
      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): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 08/12/2017
         Time: 17:01
      

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 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Fire-alarm-systems./9RB68UV789

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9RB68UV789
   VI.4) Procedures for review
   VI.4.1) Review body:
             See VI.4.3
       Sunderland, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             See VI.4.3
          Sunderland, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Consortium (contracting authority) will incorporate a minimum 10 calendar day standstill period following confirmation on the award of the framework to Bidders. The Public Contracts Regulations 2015 (the Regulations) 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). As stated within the Regulations, 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.    
   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: 31/10/2017

Annex A


View any Notice Addenda

UK-Sunderland: Fire-alarm systems.

Section I: Contracting authority/entity (as stated in the original notice)

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

Section II: Object (as stated in the original notice)

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 fire fighting 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/.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 20/11/2017

VI.6) Original notice reference:

   Notice Reference:    2017 - 213751   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 20/11/2017

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: VI.3          
         Lot No: Not provided          
         Place of text to be modified: VI.3          
         Instead of: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Fire-alarm-systems./9RB68UV789          
         Read: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Fire-alarm-systems./7K22SG4U74
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: VI.3          
         Lot No: Not provided          
         Place of text to be modified: VI.3          
         Instead of: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Fire-alarm-systems./9RB68UV789          
         Read: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Fire-alarm-systems./7K22SG4U74
                                    
      
      VII.1.2) Text to be corrected in original notice No: 3
                  
         Section Number: VI.3          
         Lot No: Not provided          
         Place of text to be modified: VI.3          
         Instead of: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Fire-alarm-systems./9RB68UV789          
         Read: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Fire-alarm-systems./7K22SG4U74
                                    
   
VII.2) Other additional information: Only change to contract notice (2017/S 210-436449) is the creation of a new tenderbox with a new access code of 7K22SG4U74. All other information, including deadlines and requirements remain the same.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Fire-alarm-systems./7K22SG4U74

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7K22SG4U74


View Award Notice