Tender

Fire Equipment Maintenance Services Framework

STAR ACADEMIES

This public procurement record has 1 release in its history.

Tender

12 Mar 2021 at 12:11

Summary of the contracting process

Star Academies is seeking to establish a framework for Fire Equipment Maintenance Services with a total value of £225,000 under a selective procurement method. The tender is currently active and includes four lots covering regions such as the North West, West Yorkshire, West Midlands, and London. Each lot has a contract duration of 1440 days and the submission deadline is on 30th April 2021. Suitable suppliers are to be appointed through a restricted procedure, with the intention to select up to four suppliers for each lot to ensure comprehensive service coverage across all areas.

This tender presents excellent opportunities for businesses in the fire safety and protection industry, particularly those specialising in the installation, maintenance, and servicing of fire protection equipment. Companies with proven experience in servicing educational institutions, relevant health and safety accreditations, and strong financial stability will be well-positioned to compete for this contract. The framework allows for multiple suppliers per lot, thereby increasing the likelihood of business growth for successful bidders across various regions.

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 Equipment Maintenance Services Framework

Notice Description

Star Academies are looking to run an FTS (EU) compliant framework tender to appoint up to four suitable suppliers across each lot (region). The suppliers selected will be able to provide a complete fire equipment maintenance service across each lot (region).

Lot Information

Lot 1 - North West

North West includes - Cheshire, Cumbria, Greater Manchester, Lancashire, Merseyside

Options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

Lot 2 - West Yorkshire

West Yorkshire includes - Bradford, Calderdale, Kirklees, Leeds, Wakefield

Options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

Lot 3 - West Midlands

West Midlands includes - Birmingham, Coventry, Dudley, Sandwell, Solihull, Walsall, Wolverhampton

Options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

Lot 4 - London

London includes - Greater London urban area including London, Surrey, Hertfordshire, Berkshire, Essex and Kent

Options: 48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029b23
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005042-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

51 - Installation services (except software)


CPV Codes

35111300 - Fire extinguishers

35111400 - Fire escape equipment

39525400 - Fire blankets

44480000 - Miscellaneous fire-protection equipment

51700000 - Installation services of fire protection equipment

Notice Value(s)

Tender Value
£225,000 £100K-£500K
Lots Value
£225,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Mar 20214 years ago
Submission Deadline
30 Apr 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
STAR ACADEMIES
Contact Name
Not specified
Contact Email
sophie.allen@staracademies.org
Contact Phone
+44 3303139800

Buyer Location

Locality
BLACKBURN
Postcode
BB1 2HT
Post Town
Blackburn
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD4 Lancashire
Small Region (ITL 3)
TLD41 Blackburn with Darwen
Delivery Location
TLD North West (England), TLE4 West Yorkshire, TLG3 West Midlands, TLI London

Local Authority
Blackburn with Darwen
Electoral Ward
Blackburn South East
Westminster Constituency
Blackburn

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-h6vhtk-029b23-2021-03-12T12:11:54Z",
    "date": "2021-03-12T12:11:54Z",
    "ocid": "ocds-h6vhtk-029b23",
    "initiationType": "tender",
    "tender": {
        "id": "CA8485 - FWO/2021/FIRE2",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Fire Equipment Maintenance Services Framework",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "51700000",
            "description": "Installation services of fire protection equipment"
        },
        "mainProcurementCategory": "services",
        "description": "Star Academies are looking to run an FTS (EU) compliant framework tender to appoint up to four suitable suppliers across each lot (region). The suppliers selected will be able to provide a complete fire equipment maintenance service across each lot (region).",
        "value": {
            "amount": 225000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 4,
            "maximumLotsAwardedPerSupplier": 4
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - North West",
                "description": "North West includes - Cheshire, Cumbria, Greater Manchester, Lancashire, Merseyside",
                "value": {
                    "amount": 76500,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "The objective of the evaluation process is to assess the responses to this questionnaire and select potential suppliers to proceed to the next stage of the procurement (ITT). Shortlisting will be based on the matters set out below. 1. Mandatory Minimum Requirements - these all must be met to progress. * No exclusions through mandatory or discretionary grounds under Parts 1 and 2 * Minimum PS1m insurance held, or commitment to obtain, for the following: o Employer's Liability (minimum PS5m) o Public Liability o Property Liability * Relevant Health and Safety accreditation such as: o ISO18001 o CHAS o Achilles o Other suitable Health and Safety Auditor * Holding of the following company policies: o Health & Safety o Environmental o GDPR * Financial stability - this will be calculated by confirmation that your assets must be equal to or more than your liabilities. * BAFE registration. 2. Technical & Capacity Capability - these will be scored and ranked to shortlist to ITT. * Structure & Response - Demonstration of ability to meet school demands based on the infrastructure of the company, its service capabilities and any relevant response times for engineers including examples. * Sector Experience & References - Evidence of working within schools and the education sector in a similar capacity, references and examples given. Bullet points indicating considerations as part of these questions are highlighted in Part 3 below."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)"
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Lot 2 - West Yorkshire",
                "description": "West Yorkshire includes - Bradford, Calderdale, Kirklees, Leeds, Wakefield",
                "value": {
                    "amount": 49500,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "The objective of the evaluation process is to assess the responses to this questionnaire and select potential suppliers to proceed to the next stage of the procurement (ITT). Shortlisting will be based on the matters set out below. 1. Mandatory Minimum Requirements - these all must be met to progress. * No exclusions through mandatory or discretionary grounds under Parts 1 and 2 * Minimum PS1m insurance held, or commitment to obtain, for the following: o Employer's Liability (minimum PS5m) o Public Liability o Property Liability * Relevant Health and Safety accreditation such as: o ISO18001 o CHAS o Achilles o Other suitable Health and Safety Auditor * Holding of the following company policies: o Health & Safety o Environmental o GDPR * Financial stability - this will be calculated by confirmation that your assets must be equal to or more than your liabilities. * BAFE registration. 2. Technical & Capacity Capability - these will be scored and ranked to shortlist to ITT. * Structure & Response - Demonstration of ability to meet school demands based on the infrastructure of the company, its service capabilities and any relevant response times for engineers including examples. * Sector Experience & References - Evidence of working within schools and the education sector in a similar capacity, references and examples given. Bullet points indicating considerations as part of these questions are highlighted in Part 3 below."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)"
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Lot 3 - West Midlands",
                "description": "West Midlands includes - Birmingham, Coventry, Dudley, Sandwell, Solihull, Walsall, Wolverhampton",
                "value": {
                    "amount": 76500,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "The objective of the evaluation process is to assess the responses to this questionnaire and select potential suppliers to proceed to the next stage of the procurement (ITT). Shortlisting will be based on the matters set out below. 1. Mandatory Minimum Requirements - these all must be met to progress. * No exclusions through mandatory or discretionary grounds under Parts 1 and 2 * Minimum PS1m insurance held, or commitment to obtain, for the following: o Employer's Liability (minimum PS5m) o Public Liability o Property Liability * Relevant Health and Safety accreditation such as: o ISO18001 o CHAS o Achilles o Other suitable Health and Safety Auditor * Holding of the following company policies: o Health & Safety o Environmental o GDPR * Financial stability - this will be calculated by confirmation that your assets must be equal to or more than your liabilities. * BAFE registration. 2. Technical & Capacity Capability - these will be scored and ranked to shortlist to ITT. * Structure & Response - Demonstration of ability to meet school demands based on the infrastructure of the company, its service capabilities and any relevant response times for engineers including examples. * Sector Experience & References - Evidence of working within schools and the education sector in a similar capacity, references and examples given. Bullet points indicating considerations as part of these questions are highlighted in Part 3 below."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)"
                },
                "status": "active"
            },
            {
                "id": "4",
                "title": "Lot 4 - London",
                "description": "London includes - Greater London urban area including London, Surrey, Hertfordshire, Berkshire, Essex and Kent",
                "value": {
                    "amount": 22500,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "The objective of the evaluation process is to assess the responses to this questionnaire and select potential suppliers to proceed to the next stage of the procurement (ITT). Shortlisting will be based on the matters set out below. 1. Mandatory Minimum Requirements - these all must be met to progress. * No exclusions through mandatory or discretionary grounds under Parts 1 and 2 * Minimum PS1m insurance held, or commitment to obtain, for the following: o Employer's Liability (minimum PS5m) o Public Liability o Property Liability * Relevant Health and Safety accreditation such as: o ISO18001 o CHAS o Achilles o Other suitable Health and Safety Auditor * Holding of the following company policies: o Health & Safety o Environmental o GDPR * Financial stability - this will be calculated by confirmation that your assets must be equal to or more than your liabilities. * BAFE registration. 2. Technical & Capacity Capability - these will be scored and ranked to shortlist to ITT. * Structure & Response - Demonstration of ability to meet school demands based on the infrastructure of the company, its service capabilities and any relevant response times for engineers including examples. * Sector Experience & References - Evidence of working within schools and the education sector in a similar capacity, references and examples given. Bullet points indicating considerations as part of these questions are highlighted in Part 3 below."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44480000",
                        "description": "Miscellaneous fire-protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39525400",
                        "description": "Fire blankets"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111300",
                        "description": "Fire extinguishers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111400",
                        "description": "Fire escape equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    }
                ],
                "deliveryLocation": {
                    "description": "North West"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35111400",
                        "description": "Fire escape equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39525400",
                        "description": "Fire blankets"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111300",
                        "description": "Fire extinguishers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44480000",
                        "description": "Miscellaneous fire-protection equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE4"
                    }
                ],
                "deliveryLocation": {
                    "description": "West Yorkshire"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39525400",
                        "description": "Fire blankets"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111400",
                        "description": "Fire escape equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111300",
                        "description": "Fire extinguishers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44480000",
                        "description": "Miscellaneous fire-protection equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG3"
                    }
                ],
                "deliveryLocation": {
                    "description": "West Midlands"
                },
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39525400",
                        "description": "Fire blankets"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111400",
                        "description": "Fire escape equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111300",
                        "description": "Fire extinguishers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44480000",
                        "description": "Miscellaneous fire-protection equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "deliveryLocation": {
                    "description": "London"
                },
                "relatedLot": "4"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://suppliers.multiquote.com",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-30T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-6111",
            "name": "Star Academies",
            "identifier": {
                "legalName": "Star Academies"
            },
            "address": {
                "streetAddress": "Shadsworth Road",
                "locality": "Blackburn",
                "region": "UKD41",
                "postalCode": "BB1 2HT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3303139800",
                "email": "sophie.allen@staracademies.org",
                "url": "https://suppliers.multiquote.com"
            },
            "roles": [
                "buyer",
                "processContactPoint",
                "reviewBody"
            ],
            "details": {
                "url": "http://www.staracademies.org",
                "buyerProfile": "http://www.staracademies.org",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "telephone": "+44 7860132731",
                    "email": "sophie.allen@staracademies.org"
                }
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6111",
        "name": "Star Academies"
    },
    "language": "en"
}