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 Notice

Fire Remedial Works — Midlands.

  • First published: 25 July 2017
  • Last modified: 25 July 2017

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:
Published by:
Paragon Asra Housing Limited
Authority ID:
AA63816
Publication date:
25 July 2017
Deadline date:
21 August 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Fire Remedial and Fire Safety Improvement Works may include but is not restricted to:

— Supply and installation of Fire Doors — communal and individual dwellings

— Supply and installation of fire signage

— Passive Fire Protection and any associated works

— Automatic Fire Detection System Installations and servicing beyond the defects period for installations

— Emergency lighting installations

— In addition, sprinkler systems may also be included if deemed to be required.

Candidates should note that PA Housing requires the main contractor to undertake all Fire Remedial Works and may only sub-contract Automatic Fire Detection System and Emergency Lighting Installations.

The main contractor will be required to hold all the necessary certifications for the undertaking of Fire Remedial Works and their choses sub-contractor must hold all the required certifications for undertaking this work.

It is envisaged that PA Housing will enter into contract with a maximum of four contractors as a result of this procurement.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Paragon Asra Housing Group

10496999

The Leather Market, Weston Street

London

SE1 3ER

UK

Contact person: Procurement Team

Telephone: +44 1689885080

E-mail: procurement@effefftee.co.uk

Fax: +44 1689885081

NUTS: UK

Internet address(es)

Main address: http://www.effefftee.co.uk

Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.mytenders.co.uk


Additional information can be obtained from another address:

Faithorn Farrell Timms

OC300053

Central Court, 1 Knoll Rise

Orpington

BR6 0JA

UK

Contact person: Procurement Team

Telephone: +44 1689885080

E-mail: procurement@effefftee.co.uk

NUTS: UKF

Internet address(es)

Main address: www.effefftee.co.uk

Tenders or requests to participate must be sent electronically to:

www.mytenders.co.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire Remedial Works — Midlands.

II.1.2) Main CPV code

31625100

 

II.1.3) Type of contract

Works

II.1.4) Short description

Paragon Asra Housing Limited (PA Housing) owns and manages approximately 24,000 properties in London, the south east and across the Midlands. The proposed Framework will be for the delivery of Fire Remedial and Fire Safety Improvement Works to approximately 9100 properties in the Midlands.

The works may include but is not restricted to:

— Supply and installation of Fire Doors — communal and individual dwellings

— Supply and installation of fire signage

— Passive Fire Protection and any associated works

— Automatic Fire Detection System Installations and servicing beyond the defects period for installations

— Emergency lighting installations

— In addition, sprinkler systems may also be included if deemed to be required

PA Housing requires the main contractor to undertake all Fire Safety Improvement Works. Only Automatic Fire Detection System and Emergency Lighting installations may be sub-contracted by the main contractor.

The estimated value detailed in II.1.5 is inclusive of VAT.

II.1.5) Estimated total value

Value excluding VAT: 5 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31625100

44221220

44480000

44482000

45312100

45343000

51700000

II.2.3) Place of performance

NUTS code:

UKF


Main site or place of performance:

Leicestershire, Nottinghamshire, Northamptonshire and any other areas where PA Housing have properties in the Midlands.

II.2.4) Description of the procurement

Fire Remedial and Fire Safety Improvement Works may include but is not restricted to:

— Supply and installation of Fire Doors — communal and individual dwellings

— Supply and installation of fire signage

— Passive Fire Protection and any associated works

— Automatic Fire Detection System Installations and servicing beyond the defects period for installations

— Emergency lighting installations

— In addition, sprinkler systems may also be included if deemed to be required.

Candidates should note that PA Housing requires the main contractor to undertake all Fire Remedial Works and may only sub-contract Automatic Fire Detection System and Emergency Lighting Installations.

The main contractor will be required to hold all the necessary certifications for the undertaking of Fire Remedial Works and their choses sub-contractor must hold all the required certifications for undertaking this work.

It is envisaged that PA Housing will enter into contract with a maximum of four contractors as a result of this procurement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Following the assessment of the Candidates' responses to Project Specific Questions set out in Part 3 — Section 6 of Document 3, PA Housing will only progress to the next stage of the evaluation those Candidates who have achieved the highest scores, out of the maximum 130.00 marks available.

PA Housing envisage inviting between five and eight Candidates to tender.

II.2.10) Information about variants

Variants will be accepted: No

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 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:

PA Housing requires Candidates to self-certify in accordance with the requirements of SQ Document 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.2) Conditions related to the contract

III.2.2) Contract performance conditions

As set out in the tender 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 4

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/08/2017

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 29/09/2017

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

To register interest in this notice and obtain additional information please visit the mytenders website at www.mytenders.co.uk.

The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at www.mytenders.co.uk.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the deadline o avoid any last minute problems.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=200255.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:200255).

VI.4) Procedures for review

VI.4.1) Review body

Faithorn Farrell Timms LLP

Central Court, Knoll Rise

Orpington

BR6 0JA

UK

Telephone: +44 1689885080

Fax: +44 1689885081

Internet address(es)

URL: http://www.effefftee.co.uk

VI.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

The Strand

London

W2 2LL

UK

Telephone: +44 2079476000

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying economic operators of the outcome of this procurement.

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW14 2AS

UK

VI.5) Date of dispatch of this notice

21/07/2017

Coding

Commodity categories

ID Title Parent category
44221220 Fire doors Windows, doors and related items
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625100 Fire-detection systems Burglar and fire alarms
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
44482000 Fire-protection devices Miscellaneous fire-protection equipment
51700000 Installation services of fire protection equipment Installation services (except software)
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items

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@effefftee.co.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.