UK-Leeds: Firefighting equipment.

UK-Leeds: Firefighting equipment.
Section I: Contracting Authority
I.1) Name and addresses
North Eastern Universities Purchasing Consortium Limited
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 7795998392, Email: s.hogg@neupc.ac.uk
Contact: Steven Hogg
Main Address: https://neupc.delta-esourcing.com/, Address of the buyer profile: http://www.neupc.ac.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
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-Leeds:-Firefighting-equipment./2XA685W5D6
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/2XA685W5D6 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Fire Safety Equipment, Fire Alarms, Suppression Systems and Associated Services
Reference Number: EFM2054 NE
II.1.2) Main CPV Code:
35111000 - Firefighting equipment.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Fire Safety framework to bring to the market a collaborative and inclusive framework offering to the HE, FE, and wider education sector. This framework is open to all members whether or not they are classed as contracting authorities under PCR. The retendered framework will cover a range of firefighting & related services and security equipment including fire extinguishers, detectors, first aid equipment, including Firefighting equipment, extinguishers, blankets, hose reels, buckets (Supply / Ongoing Maintenance/testing) Passive fire protection storage solutions First aid equipment Escape equipment Accessories and signage Fire risk assessments and Fire safety training Fire equipment maintenance / repair and testing Fire Alarm installation and maintenance Fire/Smoke detection systems installation and maintenance Sprinkler and suppression systems including consultancy and design Fire door installation and inspection Wet and dry risers Smoke ventilation
II.1.5) Estimated total value:
Value excluding VAT: 12,000,000
Currency: 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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Fire Safety Equipment and Maintenance
Lot No: 1
II.2.2) Additional CPV codes:
35110000 - Firefighting, rescue and safety equipment.
24951210 - Fire-extinguisher powder.
24951220 - Fire-extinguisher agents.
24951230 - Fire-extinguisher charges.
35111200 - Firefighting materials.
35111000 - Firefighting equipment.
35111300 - Fire extinguishers.
35111320 - Portable fire-extinguishers.
35111400 - Fire escape equipment.
39525400 - Fire blankets.
44221220 - Fire doors.
44480000 - Miscellaneous fire-protection equipment.
44482100 - Fire hoses.
45343210 - CO2 fire-extinguishing equipment installation work.
45343220 - Fire-extinguishers installation work.
50413200 - Repair and maintenance services of firefighting equipment.
51700000 - Installation services of fire protection equipment.
44482000 - Fire-protection devices.
35113000 - Safety equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: This Lot for the provision of firefighting equipment and maintenance with the scope covering a range of products including, but not limited to, fire equipment, storage & protection, first aid equipment, passive fire equipment, door furniture, escape equipment and signage across the UK. This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s)
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: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Option to extend for a further 24 months. The maximum contract length is 48 months

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies
II.2.14) Additional information: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/2XA685W5D6
NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.
II.2) Description Lot No. 2

II.2.1) Title: Fire Safety Inspections, Fire Risk Assessment, Consultancy and Fire Safety Training
Lot No: 2
II.2.2) Additional CPV codes:
75251100 - Firefighting services.
75251110 - Fire-prevention services.
80510000 - Specialist training services.
80000000 - Education and training services.
80500000 - Training services.
80511000 - Staff training services.
80521000 - Training programme services.
80531200 - Technical training services.
80550000 - Safety training services.
80560000 - Health and first-aid training services.
80562000 - First-aid training services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: This Lot for the provision of Fire Safety Inspections, Fire Risk Assessment, Consultancy and Fire Safety Training with the scope covering a range of services including, but not limited to, risk assessment services of premises and/or equipment and advise if correct precautions are in place and provide findings and action required to manage or remove risks Fire risk assessments should be provided by individuals whom have demonstrable experience and certifiable formal qualifications. Fire safety training is specific training designed to provide the underpinning knowledge for learners to operate safely in the workplace with regards to fire safety. It is aimed at staff who have been appointed to the role of Fire Marshal/Warden. Fire safety consultancy, Fire Safety Consultants should provide, as a minimum, proactive risk management and fire safety strategy advise, guidance to improve fire safety policies and procedures. Identify hazards and measure existing control measures. Fire systems and fire strategy design.
This provision shall be provided by the supplier/provider in accordance to the latest Regulatory Reform (Fire Safety) Order 2005
This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s)
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: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Option to extend for a further 24 months. The maximum contract length is 48 months

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies
II.2.14) Additional information: NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.
II.2) Description Lot No. 3

II.2.1) Title: Fire Detection, Alarms and Suppression Systems.
Lot No: 3
II.2.2) Additional CPV codes:
31625000 - Burglar and fire alarms.
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
35000000 - Security, fire-fighting, police and defence equipment.
35111500 - Fire suppression system.
35111510 - Fire suppression hand tools.
35111520 - Fire suppression foam or similar compounds.
44480000 - Miscellaneous fire-protection equipment.
44482000 - Fire-protection devices.
45312100 - Fire-alarm system installation work.
45343000 - Fire-prevention installation works.
45343200 - Firefighting equipment installation work.
51700000 - Installation services of fire protection equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: This Lot for the provision of products and associated install services with ongoing monitoring that are classed as fire detection, fire alarms and fire suppression systems. The provision of goods and services within this Lot 3 are to comply in accordance with the latest version and any other equivalent, recognised and relevant British standard BS5839
The following goods and associated services are included within the scope of this Lot 3, but not limited to:
Fire Alarm Systems, Conventional, Addressable and Analogue Addressable (Hard wired / Wireless systems), Detector Devices (Ionisation, Optical, Heat, Flame, Carbon, Multi) , Fire Suppression Systems (Sprinkler, Water mist, Dry & Wet Risers),Fire Dampers, Refuge and Rescue Systems, Manual call points, Warning System/Bell Relays, Door Holder Relays, Auxiliary (Control Function) Relays, Loop Sounders, Automatic Opening Vent (service and testing),Emergency Escape Lighting*
Emergency lighting is lighting for an emergency situation when the main power supply is cut and normal electrical illumination fails. The loss of mains electricity could be the result of a fire or a non-fire related power cut. The framework scope is for Emergency Escape lighting, part of an emergency lighting system that provides illumination for the safety of people leaving a location or attempting to terminate a potentially dangerous process beforehand. It is part of the fire safety provision of a building and a requirement of The Regulatory Reform (Fire Safety) Order 2005.
This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s)
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: 3,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Option to extend for a further 24 months. The maximum contract length is 48 months

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies
II.2.14) Additional information: NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.
II.2) Description Lot No. 4

II.2.1) Title: Fire Equipment, Fire Safety and Associated Maintenance Complete Solution *Excluding Fire Assessments, Inspections and Training
Lot No: 4
II.2.2) Additional CPV codes:
24951210 - Fire-extinguisher powder.
24951220 - Fire-extinguisher agents.
24951230 - Fire-extinguisher charges.
31625000 - Burglar and fire alarms.
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
35000000 - Security, fire-fighting, police and defence equipment.
35110000 - Firefighting, rescue and safety equipment.
35111000 - Firefighting equipment.
35111200 - Firefighting materials.
35111300 - Fire extinguishers.
35111320 - Portable fire-extinguishers.
35111400 - Fire escape equipment.
35111500 - Fire suppression system.
35111510 - Fire suppression hand tools.
35111520 - Fire suppression foam or similar compounds.
39525400 - Fire blankets.
44221220 - Fire doors.
44480000 - Miscellaneous fire-protection equipment.
44481100 - Fire ladders.
44482000 - Fire-protection devices.
44482100 - Fire hoses.
45312100 - Fire-alarm system installation work.
45343000 - Fire-prevention installation works.
45343200 - Firefighting equipment installation work.
45343210 - CO2 fire-extinguishing equipment installation work.
45343220 - Fire-extinguishers installation work.
50413200 - Repair and maintenance services of firefighting equipment.
51700000 - Installation services of fire protection equipment.
75251100 - Firefighting services.
75251110 - Fire-prevention services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: This Lot for the provision of products and services that are covered by the scope of Lots 1 and 3 of this framework– Fire safety equipment and Fire Detection, Alarms and Suppression systems as a complete service and goods provision. Note- this Lot will not include the scope of Lot 2 of this framework.
This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s)
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: 4,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Option to extend for a further 24 months. The maximum contract length is 48 months

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies
II.2.14) Additional information: NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.


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 registers
List and brief description of conditions:
Minimum standards and required accreditations are listed in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

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
Envisaged maximum number of participants to the framework agreement: 32
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/12/2023 Time: 15:00

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 month(s): 9

IV.2.7) Conditions for opening of tenders:
Date: 21/12/2023
Time: 15:01


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Firefighting-equipment./2XA685W5D6

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/2XA685W5D6
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd.
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 7795998392, Email: s.hogg@neupc.ac.uk
VI.4.2) Body responsible for mediation procedures:
NEUPC Ltd.
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 7795998392, Email: s.hogg@neupc.ac.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
NEUPC Ltd.
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 7795998392, Email: s.hogg@neupc.ac.uk
VI.5) Date Of Dispatch Of This Notice: 21/11/2023

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Crescent Purchasing Consortium (CPC)
Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
Email: M.Newcombe@thecpc.ac.uk
Contact: Michelle Newcombe
Main Address: https://www.thecpc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
North Western Universities Purchasing Consortium
Room 404 4th Floor, Crescent House, University of Salford, Salford, M5 4WT, United Kingdom
Email: Laura.Hills@nwupc.ac.uk
Contact: Laura Hills
Main Address: www.nwupc.ac.uk
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Ct Rd,, London, W1T 7NZ, United Kingdom
Email: enquiries@lupc.ac.uk
Main Address: https://www.lupc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
Southern Universities Purchasing Consortium
SUPC, Reading Enterprise Centre, The University of Reading,, Reading, RG6 6BU, United Kingdom
Email: supc@reading.ac.uk
Main Address: https://www.supc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Higher Education Purchasing Consortium, Wales (HEPCW)
8th Floor, 30-36 Newport Road, Cardiff/Caerdydd, CF24 0DE, United Kingdom
Email: h.allaway@wales.ac.uk
Main Address: https://www.hepcw.ac.uk/
NUTS Code: UK