Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Fire Safety Framework

  • First published: 03 April 2024
  • Last modified: 03 April 2024
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03a6c7
Published by:
LHC Procurement Group
Authority ID:
AA84474
Publication date:
03 April 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This framework covers the geographical area of England and has been procured on behalf of:

Consortium Procurement Construction (CPC)

LHC London and South East (LSE)

South-West Procurement Alliance (SWPA)

This new framework replaces our previous Fire Safety framework and extends the scope to include waking watch services, active fire protection, fire suppression and cladding remediation.

The framework consists of 8 (eight) workstreams and some workstreams have multiple lots.

As follows:

Lot 1a - Fire Safety Consultancy

- Lot 2a - Fire Risk Assessments and Fire Safety Inspections

- Lot 3a - Waking Watch Services

- Lot 4a - Installation, Maintenance & Remediation of Passive Fire Protection

- Lot 5a - Installation of Active Fire Protection

- Lot 5b - Active Fire Protection Testing, Servicing and Maintenance

- Lot 6a - Installation of Fire Suppression Systems

- Lot 6b - Fire Suppression System Testing, Servicing and Maintenance

- Lot 7a - Cladding Remediation

- Lot 8a - Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures

- Lot 8b - Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

LHC Procurement Group

14601330

2-4 Vine Street

Uxbridge

UB8 1QE

UK

Contact person: Meghan Wharton

E-mail: procurement@lhcprocure.org.uk

NUTS: UKI74

Internet address(es)

Main address: https://www.lhcprocure.org.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Public Sector Framework Provider

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire Safety Framework

Reference number: FS2

II.1.2) Main CPV code

75251110

 

II.1.3) Type of contract

Services

II.1.4) Short description

This framework covers the geographical area of England and has been procured on behalf of:

Consortium Procurement Construction (CPC)

LHC London and South East (LSE)

South-West Procurement Alliance (SWPA)

This new framework replaces our previous Fire Safety framework and extends the scope to include waking watch services, active fire protection, fire suppression and cladding remediation.

The framework consists of 8 (eight) workstreams and some workstreams have multiple lots.

As follows:

Lot 1a - Fire Safety Consultancy

- Lot 2a - Fire Risk Assessments and Fire Safety Inspections

- Lot 3a - Waking Watch Services

- Lot 4a - Installation, Maintenance & Remediation of Passive Fire Protection

- Lot 5a - Installation of Active Fire Protection

- Lot 5b - Active Fire Protection Testing, Servicing and Maintenance

- Lot 6a - Installation of Fire Suppression Systems

- Lot 6b - Fire Suppression System Testing, Servicing and Maintenance

- Lot 7a - Cladding Remediation

- Lot 8a - Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures

- Lot 8b - Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 110 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Fire Consultancy

II.2.2) Additional CPV code(s)

71315100

71315200

71317100

71317210

79417000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

This consultancy lot delivers knowledge and advice on all aspects of fire safety including, fire safety legislation, active, passive and suppression systems to ensure safety and guide LHC clients with the formulation and reviewing fire risk assessments.

The scope of this consultancy lot includes (but is not limited to):

Fire Consultancy

Advice on all fire safety aspects of Client portfolios

Develop fire strategies, policies, procedures, and emergency plans

Undertake PAS9980 assessments

Undertake EWS1 reports

Provide cost-benefit analysis of options for fire safety remedial solutions

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.11) Information about options

Options: 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

Lot No: 2

II.2.1) Title

Fire Risk Assessments

II.2.2) Additional CPV code(s)

71313410

75251110

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

The purpose of this Fire Risk Assessment lot is to advise LHC clients on identifying fire hazards, identifying individuals at risk, providing a method to evaluate, remove or deduce the risks of fire, recording the findings and providing appropriate actions.

The scope of this lot will cover:

Fire Risk assessments

Block assessments

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.11) Information about options

Options: 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

Lot No: 3

II.2.1) Title

Waking Watch

II.2.2) Additional CPV code(s)

75251110

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

The waking watch service consists of suitably trained individuals who will continually patrol the interior and exterior areas of a building in order to ensure early detection of a fire and where necessary raise the alarm and ensure safe evacuation of the building.

The core responsibilities of the individuals will be to:

- Detect a fire in or within the boundaries of the building's environs.

- Summon the Fire and Rescue Service and take appropriate action as required by the management strategy, including meeting the FRS on arrival.

- Ensure all residents are alerted to begin simultaneous evacuation.

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.11) Information about options

Options: 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

Lot No: 4

II.2.1) Title

Installation of Passive Fire Protection

II.2.2) Additional CPV code(s)

35111500

44221220

44482000

45343000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

The Passive Fire Protection workstream is constructed to cover the specific items of fire protection that are typically installed in a building to protect the structural integrity of the building, limit the spread of fire and limit/control smoke spread.

The scope of this lot includes the design, supply and installation of a range of passive fire protection measures including (but not limited to):

Fire compartmentation works (including surveys and remedial works)

Fire door surveys and installations

Fire shutters and curtains

Fire performance labelling

Fire safety signage and Information

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.11) Information about options

Options: 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

Lot No: 5

II.2.1) Title

Installation of Active Fire Protection

II.2.2) Additional CPV code(s)

31625200

35111300

35111320

39525400

44482000

45312100

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

This workstream covers the design, installation and commissioning of a range of active fire protection measures as necessary to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards.

- Fire Alarm Systems

- Emergency lighting design, supply, install and commission

- AOV (Automatic Opening Vents)

- Domestic smoke alarms and carbon monoxide alarms

- Fire Extinguishers and other manual fire suppression equipment

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.11) Information about options

Options: 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

Lot No: 6

II.2.1) Title

Active Fire Protection Testing, Servicing and Maintenance

II.2.2) Additional CPV code(s)

31625200

35111300

35111320

39525400

50413200

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

This lot covers the servicing, repair and maintenance of a range of active fire protection measures as necessary to ensure the Client's active fire safety systems are maintained in effective working order and free of fault and to ensure compliance with applicable fire safety legislation and standards.

- Fire Alarm Systems servicing & maintenance

- Emergency lighting design,

- AOV (Automatic Opening Vents)

- Domestic Smoke Alarm and Carbon Monoxide alarms

- Fire Extinguishers and other manual fire suppression equipment

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.11) Information about options

Options: 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

Lot No: 7

II.2.1) Title

Installation of Fire Suppression Systems

II.2.2) Additional CPV code(s)

35111500

35111510

35111520

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

This workstream covers the design, installation and commissioning of a range of fire suppression measures typically installed in a building to limit the spread of fire and to limit /

control smoke spread, to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards.

Typical works delivered through this project will include the design, installation and commissioning of replacement or new:

- Dry & Wet Risers

- Sprinkler systems

- Water Mist Systems

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.11) Information about options

Options: 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

Lot No: 8

II.2.1) Title

Fire Suppression System Testing, Servicing and Maintenance

II.2.2) Additional CPV code(s)

35111500

35111510

35111520

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

This workstream covers the testing, servicing and maintenance of a range of fire suppression measures typically installed in a building to limit the spread of fire and to limit / control smoke spread, to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards.

Typical works delivered through this project will include the design, testing, and maintenance of:

- Dry & Wet Risers

- Sprinkler systems

- Water Mist Systems

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.11) Information about options

Options: 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

Lot No: 9

II.2.1) Title

Cladding Remediation

II.2.2) Additional CPV code(s)

44212381

45262650

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

The purpose of this cladding remediation lot is to provide LHC clients with a route to confirm the requirement to conduct remedial works to the external wall system (EWS) of a residential building, and subsequently carry out replacement or remediation of existing

external cladding systems.

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.11) Information about options

Options: 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

Lot No: 10

II.2.1) Title

Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures

II.2.2) Additional CPV code(s)

31625200

35111300

35111320

35111500

35111510

35111520

39525400

44221220

44482000

45312100

45343000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can cover multiple services that cover the installation of passive, active or

suppression fire measures either via direct labour or via sub-contractor where they will act as principal contractors.

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.11) Information about options

Options: 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

Lot No: 11

II.2.1) Title

Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures

II.2.2) Additional CPV code(s)

31625200

35111300

35111320

35111500

35111510

35111520

39525400

44221220

44482000

45343000

50413200

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can cover multiple services that cover the service, maintenance and reactive support of passive, active or suppression fire measures either via direct labour or via sub-contractor where they will act as principal contractors.

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.11) Information about options

Options: 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

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

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-017793

Section V: Award of contract

Lot No: Lot 1A

Title: Fire Consultancy

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/04/2024

V.2.2) Information about tenders

Number of tenders received: 22

Number of tenders received from SMEs: 9

Number of tenders received by electronic means: 22

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Alcema Limited

10063038

Buckinghamshire

SL8 5AU

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bailey Partnership (Consultants) LLP

OC420278

Devon

PL1 3JB

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Fire Compliance Management Services Ltd

07063524

Eastleigh

SO54 4AR

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Fire-Rite UK LTD

03697360

Caerphilly

CF83 8FS

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Frankham Risk Management Services

05138834

Kent

DA145AE

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Global HSE Solutions Ltd

05906312

Nottinghamshire

NG13 8GG

UK

NUTS: UKF

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

IFI Group Ltd

10668439

Lincoln

LN1 3SN

UK

NUTS: UKF

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Keystone Fire Safety Limited

08389055

Bedford

MK42 7QB

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Pennington Choices Limited

03945921

Cheshire

WA4 4EA

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 2A

Title: Fire Risk Assessments

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/04/2024

V.2.2) Information about tenders

Number of tenders received: 24

Number of tenders received from SMEs: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Alcema Limited

10063038

Buckinghamshire

SL8 5AU

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bailey Partnership (Consultants) LLP

OC420278

Devon

PL1 3JB

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CCSS Fire & Security Limited

03543850

Essex

CM8 3YN

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Eyton Solutions Limited

07034588

Cheshire

CH4 9QR

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Firntec Ltd

13460282

Devon

PL6 8LR

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Frankham Risk Management Services

05138834

Kent

DA145AE

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Global HSE Solutions Ltd

05906312

Nottinghamshire

NG13 8GG

UK

NUTS: UKF

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Pennington Choices Limited

03945921

Cheshire

WA4 4EA

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Storm Tempest Ltd

05398802

Tyne and Wear

NE31 2ES

UK

NUTS: UKC

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Tersus Consultancy Limited

01912115

Essex

RM13 8RH

UK

NUTS: UKJ

The contractor is an SME: No

V.2.3) Name and address of the contractor

Xomni Ltd T/A Fire Safety First

NI668306

Merseyside

L24 9HJ

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 3A

Title: Waking Watch

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/04/2024

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 5

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Crown Security Solutions Ltd

08423599

Devon

EX39 2AT

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Fire & Evacuation Services Ltd

13821100

Bradford

BD20 9LQ

UK

NUTS: UKE

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Just Ask Estate Services Limited

05956392

Surrey

KT14 7LF

UK

NUTS: UKJ

The contractor is an SME: No

V.2.3) Name and address of the contractor

MadiganGill Resource Limited

07037354

London

EC2M 2EF

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Secure FM LTD

10678504

London

EC1V 2NX

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Smart Watch Security Ltd

11821181

West Yorkshire

LS8 5AX

UK

NUTS: UKE

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SSG Support Services Group LTD

09675743

Essex

RM7 7HL

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 4A

Title: Installation, Maintenance & Remediation of Passive Fire Protection

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/04/2024

V.2.2) Information about tenders

Number of tenders received: 36

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Ark Fire Protection

10853863

Cambridgeshire

PE7 3HS

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bell Group Ltd

SC114142

North Lanarkshire

ML6 9BG

UK

NUTS: UKM

The contractor is an SME: No

V.2.3) Name and address of the contractor

CCSS Fire & Security Limited

03543850

Essex

CM8 3YN

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CLC Contractors Limited

01230435

Hampshire

SO16 6PB

UK

NUTS: UKJ

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ecosafe Heating Ltd ta Ecosafe Group

08589556

Dorset

BH12 4NU

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Fieldway Supplies Ltd

05743944

Merseyside

L36 6AW

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Global HSE Solutions Ltd

05906312

Nottinghamshire

NG13 8GG

UK

NUTS: UKF

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Greyline Builders Ltd

01181590

London

HA9 0LH

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Harmony Fire Ltd

10427303

Somerset

BA20 2SU

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ian Williams Limited

00879464

Bristol

BS37 6JL

UK

NUTS: UKK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Neo Property Solutions Limited

06307859

West Yorkshire

LS90PF

UK

NUTS: UKE

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

OpenView Security Solutions Limited

03376202

Essex

RM7 7PJ

UK

NUTS: UKJ

The contractor is an SME: No

V.2.3) Name and address of the contractor

RAAM Construction Ltd

05934914

London

EN3 4SB

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 5A

Title: Installation of Active Fire Protection

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/04/2024

V.2.2) Information about tenders

Number of tenders received: 18

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ABCA Systems Limited

06294877

Tyne and Wear

NE12 5UJ

UK

NUTS: UKC

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Axis Europe plc

01991637

London

E15 4PN

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

CCSS Fire & Security Limited

03543850

Essex

CM8 3YN

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Early Birds Fire Protection

10416500

Kent

CM8 3YN

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Fieldway Supplies Ltd

05743944

Merseyside

L36 6AW

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Fire Systems Ltd

02607182

Kingston upon Thames

KT1 3GZ

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Higgins Partnerships 1961 PLC

00684617

Essex

IG10 3SD

UK

NUTS: UKH

The contractor is an SME: No

V.2.3) Name and address of the contractor

OpenView Security Solutions Limited

03376202

Essex

RM7 7PJ

UK

NUTS: UKH

The contractor is an SME: No

V.2.3) Name and address of the contractor

Protec Fire Detection Plc

01170489

Lancashire

BB9 6RT

UK

NUTS: UKC

The contractor is an SME: No

V.2.3) Name and address of the contractor

RAAM Construction Ltd

05934914

London

EN3 4SB

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Security And Fire Experts Ltd

06853213

Greater Manchester

BL9 7NY

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ventro Ltd

08765695

Devon

PL6 7TL

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 5B

Title: Active Fire Protection Testing, Servicing and Maintenance

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/04/2024

V.2.2) Information about tenders

Number of tenders received: 17

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ABCA Systems Limited

06294877

Tyne and Wear

NE12 5UJ

UK

NUTS: UKC

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CCSS Fire & Security Limited

03543850

Essex

CM8 3YN

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Early Birds Fire Protection

10416500

Kent

TN26 2HE

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Fieldway Supplies Ltd

05743944

Merseyside

L36 6AW

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Fire Systems Ltd

02607182

Kingston upon Thames

KT1 3GZ

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Fire-Rite UK LTD

03697360

Caerphilly

CF83 8FS

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Gemini AMPM Ltd

03437130

West Sussex

RH15 9TL

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

OpenView Security Solutions Limited

03376202

Essex

RM7 7PJ

UK

NUTS: UKH

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Technical Services Group Ltd

06005074

West Yorkshire

WF10 5HW

UK

NUTS: UKE

The contractor is an SME: No

V.2.3) Name and address of the contractor

Protec Fire Detection Plc

01170489

Lancashire

BB9 6RT

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

RAAM Construction Ltd

05934914

London

EN3 3SB

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ventro Ltd

08765695

Devon

PL6 7TL

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 6A

Title: Installation of Fire Suppression Systems

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/04/2024

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

GTM Fire Protection Ltd

08282027

Preston

PR26 6TZ

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

Higgins Partnerships 1961 PLC

00684617

Essex

IG10 3SD

UK

NUTS: UKH

The contractor is an SME: No

V.2.3) Name and address of the contractor

Marlowe Fire & Security Limited

05239777

Greater manchester

M50 2GT

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

Protec Fire Detection Plc

01170489

Lancashire

BB9 6RT

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ventro Ltd

08765695

Devon

PL6 7TL

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 6B

Title: Fire Suppression System Testing, Servicing and Maintenance

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/04/2024

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Marlowe Fire & Security Limited

05239777

Greater Manchester

M50 2GT

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Technical Services Group Ltd

06005074

West Yorkshire

WF10 5HW

UK

NUTS: UKE

The contractor is an SME: No

V.2.3) Name and address of the contractor

Protec Fire Detection Plc

01170489

Lancashire

BB9 6RT

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ventro Ltd

08765695

Devon

PL6 7TL

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 7A

Title: Cladding Remediation

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/04/2024

V.2.2) Information about tenders

Number of tenders received: 20

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Alcema Limited

10063038

Buckinghamshire

SL8 5AU

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Amber Construction Services Ltd

04184802

Essex

E15 4PN

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Axis Europe plc

01991637

London

E15 4PN

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Bailey Partnership (Consultants) LLP

OC420278

Devon

PL1 3JB

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Global HSE Solutions Ltd

05906312

Nottinghamshire

NG13 8GG

UK

NUTS: UKF

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Higgins Partnerships 1961 PLC

00684617

Essex

IG10 3SD

UK

NUTS: UKH

The contractor is an SME: No

V.2.3) Name and address of the contractor

Insulated Render Systems (Scotland) Ltd

SC441561

North Lanarkshire

ML6 9AS

UK

NUTS: UKM

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Intelligent FS Ltd

09919286

Greater Manchester

WA14 2EX

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

McLaren Construction (Major Projects) Limited

09850547

London

EC1Y 4UQ

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

P Casey & Co Ltd

01074194

Lancashire

OL12 9PS

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

S&G Site Installation Services Ltd

11666064

Derbyshire

S40 1LH

UK

NUTS: UKF

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SERS Energy Solutions Group Ltd

04946501

Gwent

CF83 3GX

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

United Living (South) Limited

00817560

Kent

BR8 8HU

UK

NUTS: UKJ

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 8A

Title: Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/04/2024

V.2.2) Information about tenders

Number of tenders received: 16

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ABCA Systems Limited

06294877

Tyne and Wear

NE12 5UJ

UK

NUTS: UKC

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Amber Construction Services Ltd

04184802

Essex

IG11 0RJ

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Axis Europe plc

01991637

London

E15 4PN

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Gemini AMPM Ltd

03437130

West Sussex

RH15 9TL

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Global HSE Solutions Ltd

05906312

Nottinghamshire

NG13 8GG

UK

NUTS: UKF

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Greyline Builders Ltd

01181590

London

HA9 0LH

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ian Williams Limited

00879464

Bristol

BS37 6JL

UK

NUTS: UKK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Marlowe Fire & Security Limited

05239777

Greater Manchester

M50 2GT

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

Mulalley and Company Limited

01534913

Essex

IG88FA

UK

NUTS: UKH

The contractor is an SME: No

V.2.3) Name and address of the contractor

P Casey & Co Ltd

01074194

Lancashire

OL12 9PS

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

SERS Energy Solutions Group Ltd

04946501

Gwent

CF83 3GX

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 8B

Title: Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/04/2024

V.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ABCA Systems Limited

06294877

Tyne & Wear

NE12 5UJ

UK

NUTS: UKC

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Axis Europe plc

01991637

London

E15 4PN

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Fieldway Supplies Ltd

05743944

Merseyside

L36 6AW

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Gemini AMPM Ltd

03437130

West Sussex

RH15 9TL

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Marlowe Fire & Security Limited

05239777

Greater Manchester

M50 2GT

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

Protec Fire Detection Plc

01170489

Lancashire

BB9 6RT

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ventro Ltd

08765695

Devon

PL6 7TL

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout England, Wales and Scotland (including partners of

the Welsh Procurement Alliance, Scottish Procurement Alliance and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other

contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework. As of the

date of publication of this notice our frameworks may be used

by all contracting authorities in England, Wales and Scotland as defined by the Public Contracts Regulations 2015 and as listed on https://www.lhc.gov.uk/who-wework-with/

(https://www.lhc.gov.uk/who-we-work-with/), including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm's length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities. LHC clients may add community benefit requirements in their call-off contracts from this Framework including but not limited to:

- to generate employment and training opportunities for priority groups;

- vocational training;

- to up-skill the existing workforce;

- equality and diversity initiatives;

- to make sub-contracting opportunities available to SMEs, the third sector and supported businesses;

- supply-chain development activity;

- to build capacity in community organisations;

- educational support initiatives.

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office Roseberry Court, Central Avenue, St Andrews Business Park

Norwich

NR7 0HS

UK

VI.5) Date of dispatch of this notice

02/04/2024

Coding

Commodity categories

ID Title Parent category
71315200 Building consultancy services Building services
71315100 Building-fabric consultancy services Building services
44212381 Cladding Structural products and parts except prefabricated buildings
45262650 Cladding works Special trade construction works other than roof works
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
39525400 Fire blankets Miscellaneous manufactured textile articles
44221220 Fire doors Windows, doors and related items
35111300 Fire extinguishers Firefighting equipment
35111520 Fire suppression foam or similar compounds Firefighting equipment
35111510 Fire suppression hand tools Firefighting equipment
35111500 Fire suppression system Firefighting equipment
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
75251110 Fire-prevention services Fire-brigade services
44482000 Fire-protection devices Miscellaneous fire-protection equipment
71317210 Health and safety consultancy services Hazard protection and control consultancy services
35111320 Portable fire-extinguishers Firefighting equipment
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
79417000 Safety consultancy services Business and management consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@lhcprocure.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.