II.1)
Scope of the procurement
Provision for Fire Remedials and Fire Equipment Service and Maintenance
Reference number:
1363
45343000
-
Fire-prevention installation works
Works
II.1.4)
Short description
One Housing Group invites expression of interest from suitably qualified and experienced organisations to deliver Fire Remedials & Fire Equipment Service and Maintenance.
The Contract is being tendered in two Lots:
Lot 1 - Fire Remedials
Lot 2 - Fire Equipment Service and Maintenance
Tenderers can submit a tender for Lot 1 and / or Lot 2 but it is only possible for a tenderer to be awarded one.
One Housing Group is conducting this procurement through the open procedure of the Public Contracts Regulations 2015. The contract will be for an initial term of 3 years subject to satisfactory performance by the service provider against agreed key performance indicators, with options to extend.
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
one lot only
Maximum number of lots that may be awarded to one tenderer:
1
Provision for Fire Remedials
Lot No:
1
II.2.2)
Additional CPV code(s)
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45312100
-
Fire-alarm system installation work
51700000
-
Installation services of fire protection equipment
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
II.2.4)
Description of the procurement
One Housing Group invites expression of interest from suitably qualified and experienced organisations in relation to the contract for the provision of fire remedial works.
The works envisaged in this specification may include but are not limited: Undertake corrective remedial works associated with the Fire Risk Assessment recommendations.
Undertake corrective remedial works following notices issued by the enforcing authorities
One Housing Group is conducting this procurement through the open procedure of the Public Contracts Regulations 2015. The contract will be for an initial term of 3 years subject to satisfactory performance by the service provider against agreed key performance indicators, with options to extend.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 35000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
36
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:
yes
Description of options:
Initial term of 3 years with options to extend.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Provision for Fire Equipment Service and Maintenance
Lot No:
2
II.2.2)
Additional CPV code(s)
42521000
-
Smoke-extraction equipment
31625200
-
Fire-alarm systems
31625100
-
Fire-detection systems
50413200
-
Repair and maintenance services of firefighting equipment
45312100
-
Fire-alarm system installation work
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
II.2.4)
Description of the procurement
1.1 The works envisaged in this specification may include but are not limited to:
• Undertake servicing and maintenance regimes in-line with current relevant standards and industry best practice.
• Undertake periodic inspection and testing regimes (non-technical) in line with current relevant standards and industry best practice.
• Undertake responsive repairs service for fire equipment.
• Undertake corrective remedial works following servicing, inspection and testing regimes.
• Identify and verification of assets where required.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 5000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
36
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:
yes
Description of options:
Initial term of 3 years with options to extend.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no