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 Safety and Life Support Services

  • First published: 27 July 2022
  • Last modified: 27 July 2022
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-035644
Published by:
The ExtraCare Charitable Trust
Authority ID:
AA25048
Publication date:
27 July 2022
Deadline date:
25 August 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contracting Authority is seeking to appoint a Contractor to provide Periodic Servicing and Inspections, Routine and Responsive Maintenance, Out of Hours Emergency Callouts, and Void Property/change of occupier Works integrated to the fire safety and life support services to the 2,058 dwellings located in 8 retirement villages and 1 housing scheme estate and schemes located in Birmingham, Warwickshire and Gloucestershire together with any comparable services required to its head office based near Coventry. Details of the retirement villages and housing schemes including available plans are provided in the procurement documentation. The Contracting Authority reserves the right to add additional villages and housing schemes and estates requiring similar services throughout the duration of the Contract subject to the terms of Regulation 72 of the Public Contract Regulations 2015 (as amended). Retirement villages and housing schemes may be added or deleted both prior to award of contract and during the contract period in accordance with the Trust's development and acquisitions/disposal programme.

The Contractor must be able to show a commitment to providing effective services that provide value for money. The proposed initial contract period will be 60 months commencing on or about the 1st April 2023, all subject to provisions for earlier termination including break provisions and annual renewals based on meeting and maintaining Key Performance Indicators and with the Contracting Authority having the option to extend for up to a further 60 months.

The Contractor will be required to provide a customer focused service and show commitment to providing effective services that provide value of money to the Contracting Authority and their residents and must be responsive to achieving collaborative working practices, innovation and continuous improvement.

The Contract will be based on the JCT MTC Form of Contract 2016 with amendments and incorporating aspects of the M3 FM Schedule of Rates: Part 4 Version 7.2. documentation.

TUPE may apply to this Contract.

The Contracting Authority cannot guarantee the extent or value of any works that may be awarded to the Contractor.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

THE EXTRACARE CHARITABLE TRUST

7 Harry Weston Road, Binley Business Park, Binley

Coventry

CV3 2SN

UK

Contact person: Jeremy Lake

Telephone: +44 1737249475

E-mail: etenders@rand-associates.co.uk

NUTS: UKG33

Internet address(es)

Main address: www.extracare.org.uk

I.3) Communication

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

www.etenders.rand-associates.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.etenders.rand-associates.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 Safety and Life Support Services

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Contracting Authority requires Periodic Servicing and Inspection, Routine and Responsive Maintenance, Out of Hours Emergency Callouts, and Void Property/change of occupier Works to the integrated fire safety and life support systems in the 3,513 dwellings located in its 13 retirement villages and 3 housing schemes and head office predominately in the West and East Midlands with a growing portfolio. The Contracting Authority's mission is to create strong sustainable communities and they are committed to making a positive difference. The quality of these services provided is therefore of paramount importance. The Contracting Authority is therefore seeking to appoint Contractors who can deliver these services to the highest possible standards and can demonstrate a proven track record for these services. The contracts will be for 60 months commencing on or about the 1st April 2023 with an option for up to a further 5 years.

II.1.5) Estimated total value

Value excluding VAT: 13 300 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The Two Lots are West, and East\n\nTwo individual contracts will be awarded.

II.2) Description

Lot No: 1

II.2.1) Title

WEST

II.2.2) Additional CPV code(s)

31625200

35120000

45312100

50330000

II.2.3) Place of performance

NUTS code:

UKG


Main site or place of performance:

Birmingham, Warwickshire and Gloucestershire

II.2.4) Description of the procurement

The Contracting Authority is seeking to appoint a Contractor to provide Periodic Servicing and Inspections, Routine and Responsive Maintenance, Out of Hours Emergency Callouts, and Void Property/change of occupier Works integrated to the fire safety and life support services to the 2,058 dwellings located in 8 retirement villages and 1 housing scheme estate and schemes located in Birmingham, Warwickshire and Gloucestershire together with any comparable services required to its head office based near Coventry. Details of the retirement villages and housing schemes including available plans are provided in the procurement documentation. The Contracting Authority reserves the right to add additional villages and housing schemes and estates requiring similar services throughout the duration of the Contract subject to the terms of Regulation 72 of the Public Contract Regulations 2015 (as amended). Retirement villages and housing schemes may be added or deleted both prior to award of contract and during the contract period in accordance with the Trust's development and acquisitions/disposal programme.

The Contractor must be able to show a commitment to providing effective services that provide value for money. The proposed initial contract period will be 60 months commencing on or about the 1st April 2023, all subject to provisions for earlier termination including break provisions and annual renewals based on meeting and maintaining Key Performance Indicators and with the Contracting Authority having the option to extend for up to a further 60 months.

The Contractor will be required to provide a customer focused service and show commitment to providing effective services that provide value of money to the Contracting Authority and their residents and must be responsive to achieving collaborative working practices, innovation and continuous improvement.

The Contract will be based on the JCT MTC Form of Contract 2016 with amendments and incorporating aspects of the M3 FM Schedule of Rates: Part 4 Version 7.2. documentation.

TUPE may apply to this Contract.

The Contracting Authority cannot guarantee the extent or value of any works that may be awarded to the Contractor.

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: 7 400 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 2

II.2.1) Title

EAST

II.2.2) Additional CPV code(s)

31625100

35120000

45312100

50330000

II.2.3) Place of performance

NUTS code:

UKF1

UKJ1


Main site or place of performance:

Nottingham, High Wycombe, Milton Keynes, Wellingborough, Kettering and Bedford

II.2.4) Description of the procurement

The Contracting Authority is seeking to appoint a Contractor to provide Periodic Servicing and Inspections, Routine and Responsive Maintenance, Out of Hours Emergency Callouts, and Void Property/change of occupier Works integrated to the fire safety and life support services in the 1,455 dwellings located in 5 retirement villages and 2 housing schemes estates

and schemes located in Nottingham, High Wycombe, Milton Keynes, Kettering, Wellingborough and Bedford. Details of the retirement villages and housing schemes including available plans are provided in the procurement documentation. The Contracting Authority reserves the right to add additional villages and housing schemes and estates requiring similar services throughout the duration of the Contract subject to the terms of Regulation 72 of the Public Contract Regulations 2015 (as amended). Retirement villages and housing schemes may be added or deleted both prior to award of contract and during the contract period in accordance with the Trust's development and acquisitions/disposal programme.

The Contractor must be able to show a commitment to providing effective services that provide value for money. The proposed initial contract period will be 60 months commencing on or about the 1st April 2023, all subject to provisions for earlier termination including break provisions and annual renewals based on meeting and maintaining Key Performance Indicators and with the Contracting Authority having the option to extend for up to a further 60 months.

The Contractor will be required to provide a customer focused service and show commitment to providing effective services that provide value of money to the Contracting Authority and their residents and must be responsive to achieving collaborative working practices, innovation and continuous improvement.

The Contract will be based on the JCT MTC Form of Contract 2016 with amendments and incorporating aspects of the M3 FM Schedule of Rates: Part 4 Version 7.2. documentation.

TUPE may apply to this Contract.

The Contracting Authority cannot guarantee the extent or value of any works that may be awarded to the Contractor.

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: 5 900 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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.1.2) 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

Bidders are advised that the Contracting Authority has adopted the principles of Social Value and Sustainability and require the Economic Operators to abide by these principles in the provision of employment and training opportunities to new entrant trainees and others,

Key performance indicators will be incorporated into the Contracts.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 25/08/2022

Local time: 15:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 25/08/2022

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

All documentation can be downloaded from https://etenders.rand-associates.co.uk.

eTenders@Rand is Rand Associates Consultancy Services Ltd's eProcurement portal (the 'Portal') for downloading/submission of the selection questionnaires and the draft procurement documentation and communicating requests for and responses to clarifications.

All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.randassociates.co.uk.

After creating an account on eTenders@Rand, users will receive an email with a link to activate their account.

Once activated and logged in, users will need the following code to register for the procurement documentation: EXTRAFM1

Economic operators may seek clarification where they consider any part of the selection questionnaire or any other aspect of this procurement is unclear.

All queries and any clarifications must be communicated using the secure email messaging function within the Portal, but to be received no later than 17:00 on 18.08.2022

This will provide an audit trail of all clarification requests and responses issued.

It will not be possible to respond to any queries received after that stipulated date and time.It is the Economic Operators responsibility to regularly monitor communications raised and

issued through the Portal.

Response to requests for clarification will be communicated by Rand Associates Consultancy Services Ltd to all Economic Operators through the portal secure email messaging system.

When uploading Tender Documentation, Economic Operators must be aware of any speed limitations of their internet connection, system configuration and general web traffic etc., as these may impact on the time taken to complete the transaction. Uploading of submissions must be completed by the deadline closing date and time.

DO NOT wait until too near the closing time on the return date. The closing deadline for uploading completed selection questionnaires is the 25.08.2022 at 15.00

Please note that the Portal will not permit tender submissions to be uploaded after the closing deadline.

Tenders and supporting documentation must be visible to the Contracting Authority and their advisers Rand Associates Consultancy Services Ltd only after the closing deadline. Should Economic Operators have any queries , or experience difficulties with the registration or download/upload system , they should contact the eTenders@Randhelpdesk by email eTenders@rand-associates.co.uk.

The Contracting Authority reserves the right not to award any contracts pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for only part of the Works at is sole discretion.

The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion.

For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract shall be incurred entirely at that applicant's /tenderer's risk.

The subject matter of the Contract has been scoped to take into account the priorities of the Contracting Authority relating to economic, social and environmental well being.

These are described in the draft Procurement Documentation.

The Contracting Authority reserves the right to procure similar or identical works outside of the Contract.

A Contract will not be binding until it has been signed and dated by authorised representatives of both parties.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contracts is communicated to all Economic Operators.

The standstill period provides time for unsuccessful Economic Operators to challenge the award decision before the Contract is entered into. The Public Contract Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to take action in the High Court of England and Wales.

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

Cabinet Office

70 Whitehall

London

SW1A 4AS

UK

VI.5) Date of dispatch of this notice

26/07/2022

Coding

Commodity categories

ID Title Parent category
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
50330000 Maintenance services of telecommunications equipment Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50000000 Repair and maintenance services Other Services
35120000 Surveillance and security systems and devices Emergency and security equipment

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:
etenders@rand-associates.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.