Notice Information
Notice Title
Fire Alarm and Fire Equip - Testing / Servicing, Repairs, Maintenance, Emergency Call Out Services, Monitor and Respond and Fire Alarm Activations
Notice Description
whg is seeking to appoint a single supplier to provide periodic servicing, routine and responsive maintenance, testing, emergency work and out of hours emergency works in respect of fire alarm systems and fire equipment servicing and maintenance including: fire alarm / detection systems including smoke venting systems; fire fighting installations and equipment, dry risers (minor and major), fire hydrants; fire extinguishers, fire blankets, fire door holders / closers.whg has in excess of 540 blocks and approximately 680 systems (some blocks have more than 1 system), approximately 45 AOV's, 4 offices, 27 dry risers and 4 hydrants. Within the blocks whg has a mixture of fire systems and smoke ventilation systems.Fire Alarm Systems are predominantly smoke detection units and sounders with local control panels in the communal areas. Offices and Community Rooms are generally monitored systems with a mixture of breakglass, smoke and heat detection units and sounders.. The entire process will be carried out electronically via 'The Portal'. Relevant and proportionate suitability assessments will be undertaken e.g. mandatory and discretionary exclusions. Accreditation: whg must meet obligations under The Regulatory Reform (Fire Safety) Order 2005 and therefore the successful supplier must be BAFE ore equivalent registered in all specific contract elements. If you do not identify that you meet this requirement, your submission will fail. Examples of equivalents are: National Security Inspectorate (NSI) Certification and Security Systems and Alarms Inspection Board (SSAIB). You will be expected to have NICEIC membership, if you do not identify that you are a member of NICEIC or equivalent body when asked during the qualitative questionnaire, your submission will fail. As a fire alarm servicing organisation it is required that you are third party certificated by a UKAS or equivalent certificated certification body. Your company will be expected to hold ISO9001 (UKAS Quality Management) and ISO14001 or equivalents. Evidence will be required, any company found not to hold the relevant certification/accreditation will be disregarded from the process and not progess further. Suppliers are encouraged to hold trade body membership with organisations, where applicable to the work they will be undertaking. For Example: Fire Industry Association (FIA) or equivalents / alternatives.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-3ced41a9-f13a-4be1-ba8c-fe9551d68db4
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/c499546a-29ed-4a93-8c93-4f1244f5bd3c
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50710000 - Repair and maintenance services of electrical and mechanical building installations
Notice Value(s)
- Tender Value
- £575,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Jun 20196 years ago
- Submission Deadline
- 23 Jul 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Nov 2019 - 31 Oct 2024 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WHG
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- WALSALL
- Postcode
- WS1 1AB
- Post Town
- Walsall
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG38 Walsall
- Delivery Location
- TLG West Midlands (England)
-
- Local Authority
- Walsall
- Electoral Ward
- St Matthew's
- Westminster Constituency
- Walsall and Bloxwich
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/c499546a-29ed-4a93-8c93-4f1244f5bd3c
20th June 2019 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-3ced41a9-f13a-4be1-ba8c-fe9551d68db4-2019-06-20T12:01:26+01:00",
"date": "2019-06-20T12:01:26+01:00",
"ocid": "ocds-b5fd17-3ced41a9-f13a-4be1-ba8c-fe9551d68db4",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "WALLSLIVE-DN399088-24591450",
"title": "Fire Alarm and Fire Equip - Testing / Servicing, Repairs, Maintenance, Emergency Call Out Services, Monitor and Respond and Fire Alarm Activations",
"description": "whg is seeking to appoint a single supplier to provide periodic servicing, routine and responsive maintenance, testing, emergency work and out of hours emergency works in respect of fire alarm systems and fire equipment servicing and maintenance including: fire alarm / detection systems including smoke venting systems; fire fighting installations and equipment, dry risers (minor and major), fire hydrants; fire extinguishers, fire blankets, fire door holders / closers.whg has in excess of 540 blocks and approximately 680 systems (some blocks have more than 1 system), approximately 45 AOV's, 4 offices, 27 dry risers and 4 hydrants. Within the blocks whg has a mixture of fire systems and smoke ventilation systems.Fire Alarm Systems are predominantly smoke detection units and sounders with local control panels in the communal areas. Offices and Community Rooms are generally monitored systems with a mixture of breakglass, smoke and heat detection units and sounders.. The entire process will be carried out electronically via 'The Portal'. Relevant and proportionate suitability assessments will be undertaken e.g. mandatory and discretionary exclusions. Accreditation: whg must meet obligations under The Regulatory Reform (Fire Safety) Order 2005 and therefore the successful supplier must be BAFE ore equivalent registered in all specific contract elements. If you do not identify that you meet this requirement, your submission will fail. Examples of equivalents are: National Security Inspectorate (NSI) Certification and Security Systems and Alarms Inspection Board (SSAIB). You will be expected to have NICEIC membership, if you do not identify that you are a member of NICEIC or equivalent body when asked during the qualitative questionnaire, your submission will fail. As a fire alarm servicing organisation it is required that you are third party certificated by a UKAS or equivalent certificated certification body. Your company will be expected to hold ISO9001 (UKAS Quality Management) and ISO14001 or equivalents. Evidence will be required, any company found not to hold the relevant certification/accreditation will be disregarded from the process and not progess further. Suppliers are encouraged to hold trade body membership with organisations, where applicable to the work they will be undertaking. For Example: Fire Industry Association (FIA) or equivalents / alternatives.",
"datePublished": "2019-06-20T12:01:26+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "West Midlands",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 575000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2019-07-23T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2019-11-01T00:00:00Z",
"endDate": "2024-10-31T23:59:59Z"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/c499546a-29ed-4a93-8c93-4f1244f5bd3c",
"datePublished": "2019-06-20T12:01:26+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-59199",
"name": "whg",
"identifier": {
"legalName": "whg"
},
"address": {
"streetAddress": "100 Hatherton Street",
"locality": "Walsall",
"postalCode": "WS1 1AB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Louise Green",
"email": "procurement@whgrp.co.uk",
"telephone": "+44 3005556666"
},
"details": {
"url": "http://www.whg.uk.com"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-59199",
"name": "whg"
}
}