loading
  • GB-SR5 3XB Sunderland
  • 08.12.2017
  • Ausschreibung
  • (ID 2-282672)

Fire Safety Framework.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 08.12.2017, 17:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Bauleistung / Brandschutz
    Sprache Englisch
    Aufgabe
    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/
    Leistungsumfang
    LOT 6 is available for Member Organisations to purchase consultancy and/or training services.
    Adresse des Bauherren UK-SR5 3XB Sunderland
    TED Dokumenten-Nr. 436449-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Sunderland: Fire-alarm systems

      2017/S 210-436449

      Contract notice

      Services

      Directive 2014/24/EU

      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
      Telephone: +44 1915661000
      E-mail: MjE5X05QVVJZG2RVUlJZUl8tUFxbYFxfYVZiWl1fXFBiX1JaUlthG1xfVBtiWA==
      NUTS code: UK

      Internet address(es):

      Main address: https://consortiumprocurement.org.uk/

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      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 submitted electronically via: www.delta-esourcing.com
      Tenders or requests to participate must be submitted to the abovementioned address
      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.

       

      II.1.2)Main CPV code
      31625200
      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: 150 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      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.2.1)Title:

       

      Manufacture/supply and install of fire safety product(s)

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      31625100
      31625200
      35110000
      35111000
      35111200
      35111300
      35111320
      35111400
      35111500
      39525400
      44221220
      44480000
      44482000
      44482100
      44482200
      45312100
      45343000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

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

       

      II.2.5)Award criteria
      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: 15 000 000.00 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
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      For LOT 1, all Bidders passing the quality and price evaluations will be appointed to the framework as a Supply Partner.

       

      II.2)Description
      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 code(s)
      31625100
      31625200
      45312100
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

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

       

      II.2.5)Award criteria
      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: 15 000 000.00 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
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      For LOT 2 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
      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 code(s)
      44115500
      45343230
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

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

       

      II.2.5)Award criteria
      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: 22 500 000.00 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
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      For LOT 2 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
      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 code(s)
      35111500
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

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

       

      II.2.5)Award criteria
      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: 15 000 000.00 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
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      For LOT 2 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
      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 code(s)
      35111500
      44165000
      44165200
      44165210
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

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

       

      II.2.5)Award criteria
      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: 15 000 000.00 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
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      For LOT 2 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
      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 code(s)
      45343100
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

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

       

      II.2.5)Award criteria
      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: 22 500 000.00 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
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      For LOT 2 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
      II.2.1)Title:

       

      Design, manufacture/supply, installation and maintenance of emergency lighting systems

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      31518200
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United kingdom.

       

      II.2.4)Description of the procurement:

       

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

       

      II.2.5)Award criteria
      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: 15 000 000.00 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
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      For LOT 3 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
      II.2.1)Title:

       

      Manufacture/supply, installation and maintenance of fire fighting equipment

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      35111000
      24951210
      24951220
      24951230
      35111200
      35111300
      35111320
      35111400
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United kingdom.

       

      II.2.4)Description of the procurement:

       

      LOT 4 covers the supply, installation, servicing, testing and maintenance of Fire Fighting

      Equipment. Member Organisations may select all or some of these services (for example, Member

      Organisations may require maintenance of existing equipment only).

       

      II.2.5)Award criteria
      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: 15 000 000.00 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
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      For LOT 4 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
      II.2.1)Title:

       

      Fire risk assessments

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      75251110
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

      LOT 5 is available for Member Organisations to purchase Fire Risk Assessments.

       

      II.2.5)Award criteria
      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: 10 500 000.00 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
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      For LOT 5 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
      II.2.1)Title:

       

      Consultancy and training

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71317100
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

      LOT 6 is available for Member Organisations to purchase consultancy and/or training services.

       

      II.2.5)Award criteria
      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: 4 500 000.00 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
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      For LOT 6 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
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      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

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open 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
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 08/12/2017
      Local time: 17:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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 months: 4 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 08/12/2017
      Local time: 17:01
      Information about authorised persons and opening procedure:

       

      Following the closure of the tenderbox, bids will be opened and reviewed by the Consortium Procurement team.

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      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

      GO Reference: GO-20171031-PRO-11308620.

       

      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 review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      31/10/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 02.11.2017
Zuletzt aktualisiert 02.11.2017
Wettbewerbs-ID 2-282672 Status Kostenpflichtig
Seitenaufrufe 38