Section II: Object
II.1)Scope of the procurement
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:
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:
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:
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:
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:
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:
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:
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:
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.2.2)Additional CPV code(s)
75251110
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
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.2.2)Additional CPV code(s)
71317100
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
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.