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

Passive Fire Protection

  • First published: 27 May 2022
  • Last modified: 27 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-034021
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
27 May 2022
Deadline date:
28 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 appoint experienced and competent Contractors to undertake the passive fire protection services on behalf of EEM Members in the Midlands providing them with the provision in terms of their legal compliance that would meet all the current and future fire protection legislations, ensuring that all works required are carried out to the latest relevant standards and regulations with high standards of safety and performance throughout the duration of the Framework.

The Framework will provide EEM Members with a route to procure the services, but not be restricted to the following list:

• Fire Risk Assessment (FRA)

• Fire Protection Consultancy

• Passive Fire Protection strategy and advice.

• CDM & Building Regulation Assistant Management including designing.

• Fire Engineers Services.

• Supply and fit of fire doorset and associated areas including and fire door repairs.

• Building escape route surveys.

• Compartmentation survey and projects.

• Fire Signage

• EWS Forms (External Wall Systems) process and forms.

• Expert Witness Advice.

• Low rise cladding services

• High rise cladding services

All works must comply to the current safety regulations standards. All installs, refurbishment works or FRA services have a purpose of enhancing quality performance whilst reducing long term issues and delivering a compliant solutions with value for money. There are some passive fire principles, that we are to ensure our Member are provided with from any calls off from this Framework:

• Protecting escape routes by keeping safe waypoints

• Protecting building integrity

• Resisting heat conduction (insulation)

• Limiting the spread of fire, hot gases, and smoke by containing it within a single zone or compartment

The Framework is designed to help Members manage their buildings and environments as occupiers or landlords in the provision of life safety, property, environmental and asset protection.

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

Contact person: Jonathan Tomalin

Telephone: +44 1246395610

E-mail: tenders@eem.org.uk

NUTS: UKF

Internet address(es)

Main address: https://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

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Passive Fire Protection

Reference number: EEM0053-22

II.1.2) Main CPV code

75251110

 

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:

(https://www.westworks.org.uk)

(https://www.southeastconsortium.org.uk)

(https://www.advantagesouthwest.co.uk)

EEM are conducting this tender exercise to procure a Passive Fire Protection Framework to replace our existing Framework which will expire late 2022. The Framework will provide EEM Members with a provision for their Passive Fire Protection including but not limited to, carrying out surveys, fire door installs and repairs, compartmental surveys and remedial works, covering high and low rise buildings. The Framework agreement will be for a period of 48 months, running from Monday 14th November 2022 to 13th November 2026. It is expected that a maximum of 8 Contractors may be appointed onto each of the geographical lots of the Framework, ensuring that all our member's requirements are covered taking into consideration the range of locations our members are located in. The Framework requires EEM to cover the UK under the following sub lots:

Lot 1 is being created to support Members with the geographical area Midlands.

Lot 2 is being created to support Members with the geographical area London.

Lot 3 is being created to support Members with the geographical area National.

Further details and how to respond to this tender or review the documentation, please:

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

(https://xantive.supplierselect.com)

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  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: 1

II.2.1) Title

Passive Fire Protection Framework Lot 1 - Midlands

II.2.2) Additional CPV code(s)

45343000

71315400

71631300

75251110

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 1 is being created to support Members appoint experienced and competent Contractors to undertake the passive fire protection services on behalf of EEM Members in the Midlands providing them with the provision in terms of their legal compliance that would meet all the current and future fire protection legislations, ensuring that all works required are carried out to the latest relevant standards and regulations with high standards of safety and performance throughout the duration of the Framework.

The Framework will provide EEM Members with a route to procure the services, but not be restricted to the following list:

• Fire Risk Assessment (FRA)

• Fire Protection Consultancy

• Passive Fire Protection strategy and advice.

• CDM & Building Regulation Assistant Management including designing.

• Fire Engineers Services.

• Supply and fit of fire doorset and associated areas including and fire door repairs.

• Building escape route surveys.

• Compartmentation survey and projects.

• Fire Signage

• EWS Forms (External Wall Systems) process and forms.

• Expert Witness Advice.

• Low rise cladding services

• High rise cladding services

All works must comply to the current safety regulations standards. All installs, refurbishment works or FRA services have a purpose of enhancing quality performance whilst reducing long term issues and delivering a compliant solutions with value for money. There are some passive fire principles, that we are to ensure our Member are provided with from any calls off from this Framework:

• Protecting escape routes by keeping safe waypoints

• Protecting building integrity

• Resisting heat conduction (insulation)

• Limiting the spread of fire, hot gases, and smoke by containing it within a single zone or compartment

The Framework is designed to help Members manage their buildings and environments as occupiers or landlords in the provision of life safety, property, environmental and asset protection.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Assessment / Weighting: 40

Quality criterion: Competence Assessment / Weighting: Pass/Fail

Cost criterion: Consultancy Cost / Weighting: 5

Cost criterion: Compartmentation Schedule / Weighting: 15

Cost criterion: Door & Glazing Schedule / Weighting: 15

Cost criterion: Survey Schedule / Weighting: 10

Cost criterion: Compartmentation Works Scenario / Weighting: 5

Cost criterion: Door Works Scenario / Weighting: 5

Cost criterion: Survey Scenario / Weighting: 5

II.2.6) Estimated value

Value excluding VAT: 125 000 000.00  GBP

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

Start: 14/11/2022

End: 13/11/2026

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

Passive Fire Protection Lot 2 - London

II.2.2) Additional CPV code(s)

45343000

71315400

71631300

75251110

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKH

UKI

UKJ

UKK

UKL

II.2.4) Description of the procurement

Lot 2 is being created to support Members appoint experienced and competent Contractors to undertake the passive fire protection services on behalf of EEM Members in the London providing them with the provision in terms of their legal compliance that would meet all the current and future fire protection legislations, ensuring that all works required are carried out to the latest relevant standards and regulations with high standards of safety and performance throughout the duration of the Framework.

The Framework will provide EEM Members with a route to procure the services, but not be restricted to the following list:

• Fire Risk Assessment (FRA)

• Fire Protection Consultancy

• Passive Fire Protection strategy and advice.

• CDM & Building Regulation Assistant Management including designing.

• Fire Engineers Services.

• Supply and fit of fire doorset and associated areas including and fire door repairs.

• Building escape route surveys.

• Compartmentation survey and projects.

• Fire Signage

• EWS Forms (External Wall Systems) process and forms.

• Expert Witness Advice.

• Low rise cladding services

• High rise cladding services

All works must comply to the current safety regulations standards. All installs, refurbishment works or FRA services have a purpose of enhancing quality performance whilst reducing long term issues and delivering a compliant solutions with value for money. There are some passive fire principles, that we are to ensure our Member are provided with from any calls off from this Framework:

• Protecting escape routes by keeping safe waypoints

• Protecting building integrity

• Resisting heat conduction (insulation)

• Limiting the spread of fire, hot gases, and smoke by containing it within a single zone or compartment

The Framework is designed to help Members manage their buildings and environments as occupiers or landlords in the provision of life safety, property, environmental and asset protection.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Assessment / Weighting: 40

Quality criterion: Competence Assessment / Weighting: Pass/Fail

Cost criterion: Consultancy Cost / Weighting: 5

Cost criterion: Compartmentation Schedule / Weighting: 15

Cost criterion: Door & Glazing Schedule / Weighting: 15

Cost criterion: Survey Schedule / Weighting: 10

Cost criterion: Compartmentation Works Scenario / Weighting: 5

Cost criterion: Door Works Scenario / Weighting: 5

Cost criterion: Survey Scenario / Weighting: 5

II.2.6) Estimated value

Value excluding VAT: 25 000 000.00  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: 3

II.2.1) Title

Passive Fire Protection Framework Lot 3 - National

II.2.2) Additional CPV code(s)

45343000

71315400

71631300

75251110

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 appoint experienced and competent Contractors to undertake the passive fire protection services on behalf of EEM Members in the Midlands providing them with the provision in terms of their legal compliance that would meet all the current and future fire protection legislations, ensuring that all works required are carried out to the latest relevant standards and regulations with high standards of safety and performance throughout the duration of the Framework.

The Framework will provide EEM Members with a route to procure the services, but not be restricted to the following list:

• Fire Risk Assessment (FRA)

• Fire Protection Consultancy

• Passive Fire Protection strategy and advice.

• CDM & Building Regulation Assistant Management including designing.

• Fire Engineers Services.

• Supply and fit of fire doorset and associated areas including and fire door repairs.

• Building escape route surveys.

• Compartmentation survey and projects.

• Fire Signage

• EWS Forms (External Wall Systems) process and forms.

• Expert Witness Advice.

• Low rise cladding services

• High rise cladding services

All works must comply to the current safety regulations standards. All installs, refurbishment works or FRA services have a purpose of enhancing quality performance whilst reducing long term issues and delivering a compliant solutions with value for money. There are some passive fire principles, that we are to ensure our Member are provided with from any calls off from this Framework:

• Protecting escape routes by keeping safe waypoints

• Protecting building integrity

• Resisting heat conduction (insulation)

• Limiting the spread of fire, hot gases, and smoke by containing it within a single zone or compartment

The Framework is designed to help Members manage their buildings and environments as occupiers or landlords in the provision of life safety, property, environmental and asset protection.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Assessment / Weighting: 40

Quality criterion: Competence Assessment / Weighting: Pass/Fail

Cost criterion: Consultancy Cost / Weighting: 5

Cost criterion: Compartmentation Schedule / Weighting: 15

Cost criterion: Door & Glazing Schedule / Weighting: 15

Cost criterion: Survey Schedule / Weighting: 10

Cost criterion: Compartmentation Works Scenario / Weighting: 5

Cost criterion: Door Works Scenario / Weighting: 5

Cost criterion: Survey Scenario / Weighting: 5

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  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

III.2.2) Contract performance conditions

As described in the tender documents.

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: Yes

IV.2) Administrative information

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

Date: 28/07/2022

Local time: 12:00

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: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 28/07/2022

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

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

26/05/2022

Coding

Commodity categories

ID Title Parent category
71315400 Building-inspection services Building services
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
75251110 Fire-prevention services Fire-brigade services
71631300 Technical building-inspection services Technical inspection 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:
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.