Tender

20160 Managed Stations Fire Systems Maintenance Framework

NETWORK RAIL INFRASTRUCTURE LTD

This public procurement record has 1 release in its history.

Tender

16 Sep 2021 at 21:45

Summary of the contracting process

The procurement process, initiated by Network Rail Infrastructure Ltd, pertains to the "20160 Managed Stations Fire Systems Maintenance Framework" in the construction industry, specifically focusing on fire-alarm system installation work. This active tender is currently in the planning stage and invites submissions via a selective procurement method, which includes a negotiated procedure with a prior call for competition. The tender period concludes on 16th October 2021, with an estimated contract value of £8,421,140 spanning five years, plus an option for a two-year extension. Delivery addresses for proposals are located within the UK.

This contract presents a significant opportunity for businesses specialising in fire safety and system maintenance, particularly those capable of managing both planned and reactive maintenance projects. Companies with expertise in fire alarm systems, public address and voice alarm systems, and related installation services will find this tender advantageous. Participation could lead to long-term engagement with a key player in railway infrastructure, fostering growth and establishing a reputable presence in the sector.

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

20160 Managed Stations Fire Systems Maintenance Framework

Notice Description

The authority is seeking to appoint one supplier to undertake planned/preventive and reactive maintenance of fire and PAVA systems and project works (fire and PAVA installations of new systems) for duration of 5 years with an option of additional 2-year extension.

Lot Information

Lot 1

The authority is seeking to appoint one supplier to undertake planned/preventive and reactive maintenance of fire and PAVA systems and project works (fire and PAVA installations of new systems) for duration of 5 years with an option of additional 2-year extension.

Renewal: New tender event

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02e1ca
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023127-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45312100 - Fire-alarm system installation work

Notice Value(s)

Tender Value
£8,421,140 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Sep 20214 years ago
Submission Deadline
16 Oct 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
NETWORK RAIL INFRASTRUCTURE 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
LONDON
Postcode
NW1 2DN
Post Town
North West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI36 Camden
Delivery Location
Not specified

Local Authority
Camden
Electoral Ward
Regent's Park
Westminster Constituency
Holborn and St Pancras

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-02e1ca-2021-09-16T22:45:07+01:00",
    "date": "2021-09-16T22:45:07+01:00",
    "ocid": "ocds-h6vhtk-02e1ca",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02e1ca",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "20160 Managed Stations Fire Systems Maintenance Framework",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45312100",
            "description": "Fire-alarm system installation work"
        },
        "mainProcurementCategory": "works",
        "description": "The authority is seeking to appoint one supplier to undertake planned/preventive and reactive maintenance of fire and PAVA systems and project works (fire and PAVA installations of new systems) for duration of 5 years with an option of additional 2-year extension.",
        "value": {
            "amount": 8421140,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The authority is seeking to appoint one supplier to undertake planned/preventive and reactive maintenance of fire and PAVA systems and project works (fire and PAVA installations of new systems) for duration of 5 years with an option of additional 2-year extension.",
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "New tender event"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.networkrail.bravosolution.co.uk",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "tenderPeriod": {
            "endDate": "2021-10-16T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": true,
        "reviewDetails": "Network Rail will incorporate a minimum 10 calendar day standstill period at the point when the information on the award of the contract, is communicated to tenderers. Applications/tenderers who are unsuccessful shall be informed by Network Rail as soon as possible after the decision has been made as to the reasons why the applicant/tenderer was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any documents to be amended. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to review the award decision before the contract is entered into."
    },
    "parties": [
        {
            "id": "GB-FTS-448",
            "name": "Network Rail Infrastructure Ltd",
            "identifier": {
                "legalName": "Network Rail Infrastructure Ltd"
            },
            "address": {
                "streetAddress": "1 Eversholt Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "NW1 2DN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1908781000",
                "email": "Joseph.Ikedianya@networkrail.co.uk",
                "url": "http://www.networkrail.bravosolution.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.networkrail.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-11744",
            "name": "The Royal Court of Justice",
            "identifier": {
                "legalName": "The Royal Court of Justice"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-448",
        "name": "Network Rail Infrastructure Ltd"
    },
    "language": "en"
}