Tender

Fire Alarm and Fire Equip - Testing / Servicing, Repairs, Maintenance, Emergency Call Out Services, Monitor and Respond and Fire Alarm Activations

WHG

This public procurement record has 1 release in its history.

Tender

20 Jun 2019 at 11:01

Summary of the contracting process

The procurement process is initiated by whg, a public sector organisation located in Walsall, UK. They are seeking a single supplier for the provision of fire alarm and related equipment services, including testing, servicing, repairs, and emergency call-out services. This opportunity, titled "Fire Alarm and Fire Equip - Testing / Servicing", falls under the category of repair and maintenance services of electrical and mechanical building installations. The tender period closes on 23rd July 2019, with the contract expected to commence from 1st November 2019 and run until 31st October 2024. The procurement method is an open procedure with a total estimated value of £575,000.

This tender presents significant growth opportunities for businesses specialising in fire safety equipment and services. Companies that are appropriately certificated, such as those holding BAFE registration and ISO9001 and ISO14001 certifications, are well-positioned to compete. Additionally, it is beneficial for suppliers to have memberships with recognised trade organisations relevant to fire safety. Given the scale of whg's requirements, including maintenance for over 540 blocks and multiple fire systems, businesses that can demonstrate their capability and compliance with the specified accreditation will find this opportunity lucrative.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Notice URLs

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}