Contract notice

Information

Published

Expire date: 19/04/2021

External Reference: 2021-555052

FTS Reference: 2021-002407

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Camden
n/a
5 Pancras Square
London
N1C 4AG
UK
Contact person: Roopam Bhachu
Telephone: +44 02079746384
Internet address(es):
Main address: www.camden.gov.uk

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=34623&B=LBCAMDEN
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned 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

Camden Building Term Service Contract 5 - Fire Safety Works
Reference number:  EU Supply Tender Reference: 41389
II.1.2)

Main CPV code

45343000  -  Fire-prevention installation works
II.1.3)

Type of contract

Works
II.1.4)

Short description

• Compartmentation: repair or replacement of communal and flat entrance fire doors, fire stopping of communal areas and internal dwellings.
• Fire protection / prevention: installation, upgrading, refurbishment and replacement of fire protection/prevention systems to blocks or estates including fire suppression, fire alarms, emergency lighting and automatic opening vent (AOV) systems.
• Any enabling or making good works associated with the above.
II.1.5)

Estimated total value

Value excluding VAT: 12600000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45312100  -  Fire-alarm system installation work
II.2.4)

Description of the procurement

• Compartmentation: repair or replacement of communal and flat entrance fire doors, fire stopping of communal areas and internal dwellings.
• Fire protection / prevention: installation, upgrading, refurbishment and replacement of fire protection/prevention systems to blocks or estates including fire suppression, fire alarms, emergency lighting and automatic opening vent (AOV) systems.
• Any enabling or making good works associated with the above.
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: 12600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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

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.1.8)

Information about the 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:  19/03/2021
Local time:  12:00
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 : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  19/03/2021
Local time:  12:00

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

Cabinet Office
London
UK