Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 6

Status Active

Published 15th May 2024

Tender Details
Referenceocds-h6vhtk-0459bb
Common Procurement VocabularyFirefighting, rescue and safety equipment
Procurement MethodOpen procedure
Value£500,000,000
« Previous Page

United Kingdom

Category Goods

Type

No. of Lots 6

Status Active

Published 15th May 2024

Tender Details
Referenceocds-h6vhtk-0459bb
Common Procurement VocabularyFirefighting, rescue and safety equipment
Procurement MethodOpen procedure
Value£500,000,000

Section I: Contracting authority

I.1) Name and addresses

Kent County Council (T/A Procurement Services)

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement [at] csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.commercialservices.org.uk/

I.2) Information about 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://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Firefighting%2C-rescue-and-safety-equipment./E4CYJ6R899

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply of Fire Safety Products and Associated Services

Reference number

Y24002

II.1.2) Main CPV code

  • 35110000 - Firefighting, rescue and safety equipment

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Framework Agreement will cover, but not be limited to, the following Goods/Services:

Emergency Lighting

Fire Risk Assessment

Fire Awareness Training

Fire Detection, Alarm, Monitoring Systems and Services

Sprinkler Systems

The Supply, Installation and Maintenance of Fire Safety Products

Wet and Dry Risers

Wild Fire Suppression Equipment

This Framework Agreement is open to all public sector organisations and has been split into six (6) LOTS;

LOT 1 – The Supply of Fire Safety Products including Passive Fire Equipment

LOT 2 – Fire Risk Assessment and Fire Awareness Training

LOT 3 – Fire Prevention, Detection Systems and Suppression Systems

LOT 4 – Emergency Lighting

LOT 5 – Wet and Dry Risers

LOT 6 – Wild Fire Suppression Equipment

II.1.5) Estimated total value

Value excluding VAT: £500,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

The Supply of Fire Safety Products including Passive Fire Equipment

Lot No

1

II.2.2) Additional CPV code(s)

  • 35110000 - Firefighting, rescue and safety equipment
  • 35111000 - Firefighting equipment
  • 35111200 - Firefighting materials
  • 35111300 - Fire extinguishers
  • 39525400 - Fire blankets
  • 44221220 - Fire doors
  • 44482100 - Fire hoses
  • 24951220 - Fire-extinguisher agents
  • 35111520 - Fire suppression foam or similar compounds
  • 44480000 - Miscellaneous fire-protection equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the supply, installation, maintenance and testing of fire safety equipment, this would include the following but is not limited to:

•Evacuation chairs

•Extinguisher stands

•Fire blankets

•Fire buckets

•Fire compliant storage solutions for E-scooters/ E-bikes

•Fire doors and shutters

•Fire extinguishers; water, powder, gas, foam and wet chemical

•Fire fighting foam equipment and nozzles

•Fire hoses

•Fire marshal kits

•Fire safety log books

•Fire signs

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: £10,000,000

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.2.10) 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

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.

II.2) Description

II.2.1) Title

Fire Risk Assessment and Fire Awareness Training

Lot No

2

II.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 31625100 - Fire-detection systems
  • 75251110 - Fire-prevention services
  • 71000000 - Architectural, construction, engineering and inspection services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT will cover a fully comprehensive fire risk assessment which is to be documented and meet the requirements of the Regulatory Reform (Fire Safety) Order 2005 and the changes applied as of 1st October 2023 and should identify the following;

•The risks and persons at risk

•Identifying fire hazards

•Fire detection and alarm systems

•Means of escape/exit plan

•Maintenance and testing of fire equipment

•Actions required with appropriate recommendations

The Supplier will also need to provide fire awareness training to Customer’s nominated staff. Topics to be covered should include;

•The types of fires

•What to do in the event of a fire

•Fire prevention

•Clear duties and responsibilities of a fire warden

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: £10,000,000

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.2.10) 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

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.

II.2) Description

II.2.1) Title

Fire Prevention, Detection Systems and Suppression Systems

Lot No

3

II.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 45312100 - Fire-alarm system installation work
  • 44115500 - Sprinkler systems
  • 42512510 - Dampers
  • 44221400 - Shutters
  • 45421100 - Installation of doors and windows and related components
  • 45343230 - Sprinkler systems installation work
  • 51700000 - Installation services of fire protection equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the supply, installation, service and maintenance of fire protection and detection systems. Suppliers must be able to provide conventional, addressable and wireless fire alarms as well as category M, L and P systems. The Supplier will also be expected to install the fire systems at the Customers premises, provide maintenance and also testing and inspection Services as required by regulations. The Supplier may also need to provide maintenance, testing and inspection Services to an existing fire detection and alarm system if the Customer already has one installed and if required.

Areas to be covered include, but are not limited to:

•Fire detection including AOV systems, and fire alarm systems

•Fire monitoring systems

•Sprinkler systems

•Fire and smoke dampers and shutters for HVAC systems

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: £150,000,000

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.2.10) 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

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.

II.2) Description

II.2.1) Title

Emergency Lighting

Lot No

4

II.2.2) Additional CPV code(s)

  • 31518200 - Emergency lighting equipment
  • 51700000 - Installation services of fire protection equipment
  • 45310000 - Electrical installation work
  • 45300000 - Building installation work
  • 35111000 - Firefighting equipment
  • 75251100 - Firefighting services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the supply, installation, testing and maintenance of emergency lighting. Suppliers should be able to provide a range of:

•Maintained lighting - mains powered and used as part of a normal room lighting system that switch to battery use and dim to a lower-level light in event of power loss

•Non-maintained lighting - battery powered that only come on for a specific duration when power supply to normal artificial lighting fails

The successful Supplier will be expected to consistently demonstrate that they can effectively manage the Framework Agreement and ensure Customers receive best value.

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: £170,000,000

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.2.10) 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

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.

II.2) Description

II.2.1) Title

Wet and Dry Risers

Lot No

5

II.2.2) Additional CPV code(s)

  • 44165200 - Risers
  • 44165000 - Hoses, risers and sleeves
  • 45343100 - Fireproofing work
  • 51700000 - Installation services of fire protection equipment
  • 71630000 - Technical inspection and testing services
  • 44480000 - Miscellaneous fire-protection equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the supply, installation, testing and maintenance of wet and dry risers.

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: £150,000,000

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.2.10) 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

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.

II.2) Description

II.2.1) Title

Wild Fire Suppression Equipment

Lot No

6

II.2.2) Additional CPV code(s)

  • 24951210 - Fire-extinguisher powder
  • 24951220 - Fire-extinguisher agents
  • 35110000 - Firefighting, rescue and safety equipment
  • 35111000 - Firefighting equipment
  • 35111200 - Firefighting materials
  • 35111300 - Fire extinguishers
  • 35111320 - Portable fire-extinguishers
  • 35111510 - Fire suppression hand tools
  • 35111520 - Fire suppression foam or similar compounds
  • 42122110 - Pumps for firefighting
  • 44482100 - Fire hoses
  • 75251100 - Firefighting services
  • 75251120 - Forest-firefighting services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the supply of specialist wild fire equipment, including the following but not limited to:

•Backpack pumps

•Fire beater

•Fire hoses and nozzles

•Fire sand

•Portable fire pumps and accessories

•Wildfire rakes

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: £10,000,000

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.2.10) 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

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.


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

Framework agreement with several operators

IV.1.8) Information about the 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

28 June 2024

Local time

2:00pm

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

English

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

Duration in months: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

28 June 2024

Local time

2:15pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Firefighting%2C-rescue-and-safety-equipment./E4CYJ6R899

To respond to this opportunity, please click here:

https://csg.delta-esourcing.com/respond/E4CYJ6R899

GO Reference: GO-2024515-PRO-26049965

VI.4) Procedures for review

VI.4.1) Review body

Commercial Services Kent Limited

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement [at] csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Internet address

www.commercialservices.org.uk

VI.4.2) Body responsible for mediation procedures

Commercial Services

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement [at] csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Internet address

www.commercialservices.org.uk