Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Fusion21 DPS for Fire Suppression Systems & Associated Fire Safety Works.
II.1.2)Main CPV code45343000 Fire-prevention installation works
II.1.3)Type of contractWorks
II.1.4)Short description:
Fusion21 is developing a 5-year Dynamic Purchasing System for the design, supply, installation, and maintenance of fire suppression systems & associated fire safety works.
The DPS will provide a flexible and efficient procurement solution for Fusion21 Members (including but not exclusive to property owners in the residential, education, health, local and central government sectors) to save money and generate social value.
II.1.5)Estimated total valueValue excluding VAT: 150 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Design, Supply, Installation and Maintenance of Sprinkler Systems.
Lot No: 2
II.2.2)Additional CPV code(s)45343230 Sprinkler systems installation work
44115500 Sprinkler systems
45343000 Fire-prevention installation works
35111500 Fire suppression system
45343100 Fireproofing work
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
II.2.4)Description of the procurement:
Targeted at specialist contractors, this Lot will provide a procurement solution for Members looking to appoint specialist sprinkler installation contractors direct to undertake some or all of the following works/services; Design, Supply, Installation, Maintenance.
There may be opportunities within this Lot, to form part of the supply chain of Lot 1 subject to demand and engagement from Lot 1 contractors. Works may be undertaken on multi-dwelling blocks or towers, single dwelling buildings, education, commercial and public buildings.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 30 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: yes
Description of renewals:
Subject to the success of the DPS it may be extended up to two further years or re-procured.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Design, Supply, Installation and Maintenance of Water Mist & Associated Systems.
Lot No: 3
II.2.2)Additional CPV code(s)35111500 Fire suppression system
35111520 Fire suppression foam or similar compounds
45343000 Fire-prevention installation works
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
II.2.4)Description of the procurement:
Targeted at specialist contractors, this Lot will provide a procurement solution for Members looking to appoint specialist contractors direct to undertake some or all of the following works/services; Design, Supply, Installation, Maintenance.
The contractors will provide fire suppression systems, other than sprinkler systems as defined by BS 9251 and 12845 such as, but not limited to, water mist systems, water suppression systems, gaseous suppression systems, condensed aerosol systems or foam deluge systems.
Specialist contractors in this Lot do not have to provide all of the systems listed but should make it clear in their submission which systems they can supply. Installations may be across various dwellings, education, public, commercial buildings.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: yes
Description of renewals:
Subject to the success of the DPS it may be extended up to two further years or re-procured.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Management of the Design, Supply, Installation and Maintenance of Fire Suppression Systems & Associated Fire Safety Works.
Lot No: 1
II.2.2)Additional CPV code(s)45343000 Fire-prevention installation works
45343230 Sprinkler systems installation work
45343100 Fireproofing work
35111500 Fire suppression system
44221220 Fire doors
44482000 Fire-protection devices
75251110 Fire-prevention services
71540000 Construction management services
45211000 Construction work for multi-dwelling buildings and individual houses
45211200 Sheltered housing construction work
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
II.2.4)Description of the procurement:
Lot 1 will provide a procurement solution for main contractors to manage either the full range or parts of the services required within this Lot. This includes Design, Supply, Installation, and Maintenance. The main contractors must ensure adequate management of the supply chain and delivery of the works required by members in this Lot.
Works should be delivered by the contractor and/or their own supply chain which may include specialist contractors appointed to other Lots within this DPS. Contractors should also ensure that they are able to provide the following works: Enabling works, General builders works, Passive fire safety works, Structural works.
Contractors should be able to complete works to the following building types: Multiple dwelling blocks or towers, Single dwelling buildings, Education buildings, Commercial and Public Buildings.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 100 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: yes
Description of renewals:
Subject to the success of the DPS it may be extended for two further years or be re-procured.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Please refer to the DPS application documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Royal Court of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Cabinet Office
Postal address: 70 Whitehall
Town: London
Postal code: Sw1A 2AS
Country: United Kingdom
VI.5)Date of dispatch of this notice:08/12/2017