Tender

Waking Watch Procurement

SWAN HOUSING ASSOCIATION LTD

This public procurement record has 1 release in its history.

Tender

08 Aug 2021 at 18:56

Summary of the contracting process

The Swan Housing Association Ltd is currently conducting an open procurement process for a contract titled "Waking Watch Procurement," focused on delivering fire-prevention services. The tendering stage is active, with submissions due by 10th September 2021. The total value of the contract is £7 million, and it is intended to cover a service contract duration of up to 5 years, depending on extensions. The procurement will primarily take place in the UK, covering several blocks under the agency's care.

This tender presents a significant opportunity for businesses specialising in fire safety and prevention services, particularly those meeting minimum requirements for turnover, insurance, and accreditations. Companies that prioritise employee welfare by adhering to the London Living Wage, as well as those with demonstrated expertise in training and staffing, would be well-positioned to compete. The established framework for this contract could facilitate growth for successful bidders, especially in the context of increasing health and safety regulations in residential settings.

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

Notice Title

Waking Watch Procurement

Notice Description

We are procuring our waking watch service for a number of blocks under our care. The scope of services and full requirement for this single provider contract are set out in the procurement documents.

Lot Information

Lot 1

A service provider is required to provide fire warden services. There are minimum requirements in relation to turnover; insurances; accreditations; training levels and payment of London Living Wage as a minimum. Further detail in procurement documentation.

Renewal: The contract is envisaged to be a 36 month term with the option to extend to a maximum of 5 years with 2, 12 month extensions. Please note, properties may be added/removed from those set out in the initial tender documentation.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02d237
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019144-2021
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

75 - Administration, defence and social security services


CPV Codes

75251110 - Fire-prevention services

Notice Value(s)

Tender Value
£7,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Aug 20214 years ago
Submission Deadline
10 Sep 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
SWAN HOUSING ASSOCIATION LTD
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BILLERICAY
Postcode
CM12 9XY
Post Town
Chelmsford
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH3 Essex
Small Region (ITL 3)
TLH37 Essex Thames Gateway
Delivery Location
TLJ South East (England)

Local Authority
Basildon
Electoral Ward
Billericay East
Westminster Constituency
Basildon and Billericay

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-02d237-2021-08-08T19:56:23+01:00",
    "date": "2021-08-08T19:56:23+01:00",
    "ocid": "ocds-h6vhtk-02d237",
    "initiationType": "tender",
    "tender": {
        "id": "DN546760",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Waking Watch Procurement",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75251110",
            "description": "Fire-prevention services"
        },
        "mainProcurementCategory": "services",
        "description": "We are procuring our waking watch service for a number of blocks under our care. The scope of services and full requirement for this single provider contract are set out in the procurement documents.",
        "value": {
            "amount": 7000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "A service provider is required to provide fire warden services. There are minimum requirements in relation to turnover; insurances; accreditations; training levels and payment of London Living Wage as a minimum. Further detail in procurement documentation.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract is envisaged to be a 36 month term with the option to extend to a maximum of 5 years with 2, 12 month extensions. Please note, properties may be added/removed from those set out in the initial tender documentation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=b0f424f1-a1f7-eb11-810d-005056b64545",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Please refer to procurement documentation",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Please refer to procurement documentation"
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2021-09-10T13:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-09-10T14:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-09-10T14:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Contracting Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with a information in the \"Award Decision Notice\" at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales."
    },
    "parties": [
        {
            "id": "GB-FTS-15125",
            "name": "Swan Housing Association Ltd",
            "identifier": {
                "legalName": "Swan Housing Association Ltd"
            },
            "address": {
                "streetAddress": "Head Office, Pilgrim House, High Street",
                "locality": "Billericay",
                "region": "UKJ",
                "postalCode": "CM12 9XY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ms Karen Thody",
                "telephone": "+44 3003032500",
                "email": "tenders@camerons.uk.com",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=b0f424f1-a1f7-eb11-810d-005056b64545"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.swan.org.uk",
                "buyerProfile": "https://www.swan.org.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "06",
                        "description": "Housing and community amenities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-10273",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-15125",
        "name": "Swan Housing Association Ltd"
    },
    "language": "en"
}