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 & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework

  • First published: 21 May 2022
  • Last modified: 21 May 2022

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-03008e
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
21 May 2022
Deadline date:
15 July 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 is being created to support Members located in the Midlands meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.

The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.

• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).

• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).

• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).

• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxillary Relays, Loop Sounders)

• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.

• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs.

• Aspirating System Installations, Upgrades, Maintenance and Repairs.

• Fire Protection Equipment Supply, Maintenance, and Refill

o Fire Extinguishers

o Fire Hydrants

o Fire Dampers

o Fire Shutters

o Fire Blankets

o Fire Evacuation Chairs

o Hose Reels, Inlets, Valves and Nozzles

o Safety Signs

• Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades.

• Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades.

• Fire Door Inspection Services

• Emergency Lighting Systems Maintenance, Repairs and System Upgrades.

• Fire and Intruder Alarm Engineers

• All builders work and making good/redecoration of all building fabric disturbed by associated works.

• Testing, commissioning, and system demonstrations, as fitted drawings and operation and maintenance manuals and any other works associated with contracts including any of the above-described works.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Unit 3 Maisies Way

Alfreton

DE55 2DS

UK

Telephone: +44 1246395610

E-mail: tenders@eem.org.uk

NUTS: UK

Internet address(es)

Main address: www.eem.org.uk

Address of the buyer profile: www.eem.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:

https://xantive.supplierselect.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://xantive.supplierselect.com/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework

Reference number: EEM0067

II.1.2) Main CPV code

50413200

 

II.1.3) Type of contract

Services

II.1.4) Short description

Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes and manages a range of framework and DPS agreements. Our membership has now grown to 261 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services, Government Agencies and Charities.

EEM have also established a formal collaboration with 3 like minded procurement consortia - Westworks, South East Consortium and Advantage South West.

The membership list for these three consortia may be obtained from the following website addresses:

www.westworks.org.uk

www.southeastconsortium.org.uk

www.advantagesouthwest.co.uk

EEM are conducting this tender exercise to create a Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment, Emergency Lighting Systems Framework to replace our existing framework that will expire in 2022.

The framework has been split into geographical lots:

• Lot 1 - Midlands

• Lot 2 - Greater London

• Lot 3 - National Coverage

II.1.5) Estimated total value

Value excluding VAT: 600 000 000.00  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: 3

II.2) Description

Lot No: Lot 1 Midlands

II.2.1) Title

Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework

II.2.2) Additional CPV code(s)

31518200

31625100

31625200

31625300

35111000

39525400

44115500

44221220

44482100

44482200

45312100

45312200

45343100

45343200

45343210

45343220

45343230

50413200

50700000

51700000

75251110

79711000

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

Lot 1 is being created to support Members located in the Midlands meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.

The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.

• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).

• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).

• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).

• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxillary Relays, Loop Sounders)

• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.

• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs.

• Aspirating System Installations, Upgrades, Maintenance and Repairs.

• Fire Protection Equipment Supply, Maintenance, and Refill

o Fire Extinguishers

o Fire Hydrants

o Fire Dampers

o Fire Shutters

o Fire Blankets

o Fire Evacuation Chairs

o Hose Reels, Inlets, Valves and Nozzles

o Safety Signs

• Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades.

• Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades.

• Fire Door Inspection Services

• Emergency Lighting Systems Maintenance, Repairs and System Upgrades.

• Fire and Intruder Alarm Engineers

• All builders work and making good/redecoration of all building fabric disturbed by associated works.

• Testing, commissioning, and system demonstrations, as fitted drawings and operation and maintenance manuals and any other works associated with contracts including any of the above-described works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Minimum Framework Requirements Assessment / Weighting: Pass/Fail

Quality criterion: Tender Assessment Questions / Weighting: 40%

Cost criterion: Fire Alarm System Servicing and Maintenance / Weighting: 10%

Cost criterion: Intruder Alarm System Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Sprinkler System Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Emergency Lighting Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Schedule of Rates / Weighting: 10%

Cost criterion: Install Scenario / Weighting: 2.5%

Cost criterion: Servicing Scenario / Weighting: 10%

Cost criterion: Callout and Labour Rates / Weighting: 5%

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  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

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: Lot 2 Greater London

II.2.1) Title

Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework

II.2.2) Additional CPV code(s)

31518200

31625100

31625200

31625300

35111000

39525400

44115500

44221220

44482100

44482200

45312100

45312200

45343100

45343200

45343210

45343220

45343230

50413200

50700000

51700000

75251110

79711000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Lot 2 is being created to support Members located in Greater London meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.

The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.

• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).

• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).

• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).

• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxiliary Relays, Loop Sounders).

• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.

• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs..

• Aspirating System Installations, Upgrades, Maintenance and Repairs.

• Fire Protection Equipment Supply, Maintenance, and Refill

o Fire Extinguishers

o Fire Hydrants

o Fire Dampers

o Fire Shutters

o Fire Blankets

o Fire Evacuation Chairs

o Hose Reels, Inlets, Valves and Nozzles

o Safety Signs

• Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades.

• Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades.

• Fire Door Inspection Services.

• Emergency Lighting Systems Maintenance, Repairs and System Upgrades.

• Fire and Intruder Alarm Engineers.

• All builders work and making good/redecoration of all building fabric disturbed by associated works.

• Testing, commissioning, and system demonstrations, as fitted drawings and operation and maintenance manuals and any other works associated with contracts including any of the above-described works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Minimum Framework Requirements Assessment / Weighting: Pass/Fail

Quality criterion: Tender Assessment Questions / Weighting: 40%

Cost criterion: Fire Alarm System Servicing and Maintenance / Weighting: 10%

Cost criterion: Intruder Alarm System Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Sprinkler System Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Emergency Lighting Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Schedule of Rates / Weighting: 10%

Cost criterion: Install Scenario / Weighting: 2.5%

Cost criterion: Servicing Scenario's / Weighting: 10%

Cost criterion: Callout and Labour Rates / Weighting: 5%

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  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

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: Lot 3 National Coverage

II.2.1) Title

Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework

II.2.2) Additional CPV code(s)

31518200

31625100

31625200

31625300

35111000

39525400

44115500

44221220

44482100

44482200

45312100

45312200

45343100

45343200

45343210

45343220

45343230

50413200

50700000

51700000

75251110

79711000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

II.2.4) Description of the procurement

Lot 3 is being created to support Members located throughout England and Wales meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.

The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.

• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).

• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).

• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).

• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxiliary Relays, Loop Sounders).

• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.

• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs.

• Aspirating System Installations, Upgrades, Maintenance and Repairs.

• Fire Protection Equipment Supply, Maintenance, and Refill

o Fire Extinguishers

o Fire Hydrants

o Fire Dampers

o Fire Shutters

o Fire Blankets

o Fire Evacuation Chairs

o Hose Reels, Inlets, Valves and Nozzles

o Safety Signs

• Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades.

• Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades.

• Fire Door Inspection Services.

• Emergency Lighting Systems Maintenance, Repairs and System Upgrades.

• Fire and Intruder Alarm Engineers.

• All builders work and making good/redecoration of all building fabric disturbed by associated works.

• Testing, commissioning, and system demonstrations, as fitted drawings and operation and maintenance manuals and any other works associated with contracts including any of the above-described works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Minimum Framework Requirements Assessment / Weighting: Pass/Fail

Quality criterion: Method Statement Assessment Questions / Weighting: 40%

Cost criterion: Fire Alarm System Servicing and Maintenance / Weighting: 10%

Cost criterion: Intruder Alarm System Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Sprinkler System Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Emergency Lighting Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Schedule of Rates / Weighting: 10%

Cost criterion: Install Scenario / Weighting: 2.5%

Cost criterion: Servicing Scenario's / Weighting: 10%

Cost criterion: Callout and Labour Rates / Weighting: 5%

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  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

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

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 with several operators.

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-030999

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

Date: 15/07/2022

Local time: 13:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 15/07/2022

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The call-off contracts to be awarded pursuant to the framework agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 5 years beyond expiry of the 4-year framework term.

Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime .

Where the contract notice states a maximum of suppliers to be appointed to the Framework, this means within each lot. EEM reserves the right to appoint less than the numbers stated.

This framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this framework agreement as Authorised Users:

1) any Member of EEM which for the avoidance of doubt currently includes 3 partner consortia - Westworks(www.westworks.org.uk), Advantage South West (www.advantagesouthwest.co.uk) and South East Consortium (www.southeastconsortium.org.uk).

A full list of current members is available at www.eem.org.uk

2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or our partner consortia in accordance with the applicable constitutional documents;

3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above) . Further details regarding the authorised users of this framework can be found in the ITT documents. To respond to this tender or review the documentation, please:

1) Go to the portal https://xantive.supplierselect.com

2) If you need to register a new account follow the prompts to set up your organisation;

3) When you sign in select 'Public Projects' from the menu (top right). A list of all open tenders will be displayed;

4) Select 'EEM0067 Fire & Intruder Alarms, Sprinkler Systems and Fire Protection Equipment and Emergency Lighting Systems Framework ' from the list of projects and then 'Create Opportunity'. That will give you access to the basic information;

5) Click 'Accept Opportunity' to get more detail including all clarification logs. There is no obligation to submit a response;

6) If you do wish to submit a response, do so before the deadline by changing the status to submitted. You will only be allowed to submit if every mandatory question is answered.

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

UK

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

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

The Cabinet Office

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

20/05/2022

Coding

Commodity categories

ID Title Parent category
79711000 Alarm-monitoring services Security services
45312200 Burglar-alarm system installation work Alarm system and antenna installation work
31625300 Burglar-alarm systems Burglar and fire alarms
45343210 CO2 fire-extinguishing equipment installation work Fire-prevention installation works
31518200 Emergency lighting equipment Signalling lights
39525400 Fire blankets Miscellaneous manufactured textile articles
44221220 Fire doors Windows, doors and related items
44482100 Fire hoses Fire-protection devices
44482200 Fire hydrants Fire-protection devices
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
45343220 Fire-extinguishers installation work Fire-prevention installation works
35111000 Firefighting equipment Firefighting, rescue and safety equipment
45343200 Firefighting equipment installation work Fire-prevention installation works
75251110 Fire-prevention services Fire-brigade services
45343100 Fireproofing work Fire-prevention installation works
51700000 Installation services of fire protection equipment Installation services (except software)
50700000 Repair and maintenance services of building installations Repair and maintenance services
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
44115500 Sprinkler systems Building fittings
45343230 Sprinkler systems installation work Fire-prevention installation works

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:
tenders@eem.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.