Notice Information
-
Notice Title
Procurement Frameworks for RBKC Housing Management - Fire Safety Works
-
Notice Description
RBKC is undertaking the procurement of a Framework for Fire Safety Works. This forms part of RBKC's wider program of procurements (termed Project Union) to establish four (4) Housing Management Framework Agreements to enable delivery of various works and services. The Framework for Fire Safety Works will deliver a range of fire safety related works to RBKC's property portfolio. It will be divided into three (3) Lots and RBKC wishes to appoint up to 5 Contractors per Lot. The Framework Agreement will be for a period of four (4) years with an option to extend for up to two (2) further years up to a maximum duration of six (6) years. The scope of works to be delivered under the Framework will be fire safety related works including planned maintenance, refurbishment and improvement works to RBKC housing stock including provision of new installs, repair, replacement, removal, and / or overhaul including but not limited to the following types of works: Fire Stopping, Compartmentation & Fire Doors including but not limited to; * Fire-stopping works * Loft and other compartmentation work. * Fire safety signage * Communal area decorations - flame retardant coating systems * Open Walkway, Weather and Security screen * Opening-up and making-good works as part of intrusive surveys, i.e., accompanying FRA consultant * FRA / Fire strategy works such as Bin chutes (e.g., closing off) Communal fire doors and internal glazed screens. * Communal Fire Door Sets / Front entrance fire doors * Other fire doors (e.g., services / cupboards doors) (Includes repair, inspection, and replacement) Active Fire Protection Systems including but not limited to; * Fire Extinguishers provision * Wet, dry & lateral rising mains * Sprinkler systems * Water mist systems Means of Escape, Fire Detection and Smoke Ventilation Systems including but not limited to; * Fire detection and alarm systems (including smoke and heat detectors within dwellings and integrated systems in common parts) * Evacuation alert systems (to be used by Fire & Rescue Service) * Installation of fire / smoke dampers within flats onto communal ducts * Emergency and communal lighting * Smoke ventilation systems (mechanical and natural smoke and heat exhaust ventilation systems including AOVs)
-
Lot Information
Fire Stopping, Compartmentation & Fire Doors
The framework agreement established for this Lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of fire stopping, fire compartmentation and fire doors. The Works required to be delivered under this Lot include but are not limited to: * Fire-stopping works * Loft and other compartmentation work. * Fire safety signage * Communal area decorations - flame retardant coating systems * Open Walkway, Weather and Security screen * Opening-up and making-good works as part of intrusive surveys, i.e., accompanying FRA consultant * FRA / Fire strategy works such as Bin chutes (e.g., closing off) Communal fire doors and internal glazed screens. * Communal Fire Door Sets / Front entrance fire doors * Other fire doors (e.g., services / cupboards doors) (Includes repair, inspection, and replacement) two.2.5) Award criteriaII.2.5) Award criteria Additional information: Value excluding VAT: PS30,000,000
Options: The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.
Active Fire Protection SystemsThe framework agreement established for this Lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of fire stopping, fire compartmentation and fire doors. The Works required to be delivered under this Lot include but are not limited to: * Fire Extinguishers provision * Wet, dry & lateral rising mains * Sprinkler systems * Water mist systems Additional information: Value excluding VAT: PS22,500,000
Options: The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.
Means of Escape, Fire Detection and Smoke Ventilation SystemsThe framework agreement established for this lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of means of escape, fire detection and smoke ventilation systems. The Works required to be delivered under this Lot include but are not limited to: * Fire detection and alarm systems (including smoke and heat detectors within dwellings and integrated systems in common parts) * Evacuation alert systems (to be used by Fire & Rescue Service) * Installation of fire / smoke dampers within flats onto communal ducts * Emergency and communal lighting * Smoke ventilation systems (mechanical and natural smoke and heat exhaust ventilation systems including AOVs) Additional information: Value excluding VAT: PS22,500,000
Options: The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.
Notice Details
-
Notice Details
- Open Contracting ID
-
ocds-h6vhtk-03809b
- Publication Source
-
Find A Tender Service
- Latest Notice
- Current Stage
-
Award
- All Stages
-
Planning, Tender, Award
- Notice Type
-
Planning Notice
- Procurement Type
-
Framework
- Procurement Category
-
Works
- Procurement Method
-
Open
- Procurement Method Details
-
Open procedure
- Tender Suitability
-
Not specified
- Awardee Scale
-
Large, SME
-
Common Procurement Vocabulary (CPV)
- CPV Divisions
-
31 - Electrical machinery, apparatus, equipment and consumables; lighting
35 - Security, fire-fighting, police and defence equipment
38 - Laboratory, optical and precision equipments (excl. glasses)
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
- CPV Codes
-
31625100 - Fire-detection systems
31625200 - Fire-alarm systems
35111300 - Fire extinguishers
38431200 - Smoke-detection apparatus
44221220 - Fire doors
44480000 - Miscellaneous fire-protection equipment
45211000 - Construction work for multi-dwelling buildings and individual houses
45300000 - Building installation work
45310000 - Electrical installation work
45312100 - Fire-alarm system installation work
45320000 - Insulation work
45343000 - Fire-prevention installation works
45343230 - Sprinkler systems installation work
45350000 - Mechanical installations
45453000 - Overhaul and refurbishment work
-
Notice Value(s)
- Tender Value
-
£75,000,000 £10M-£100M
- Lots Value
-
£75,000,000 £10M-£100M
- Awards Value
-
Not specified
- Contracts Value
-
£54,750,000 £10M-£100M
-
Notice Dates
- Publication Date
-
19 Nov 202410 months ago
- Submission Deadline
-
7 Mar 2024Expired
- Future Notice Date
-
30 May 2023Expired
- Award Date
-
1 Nov 202411 months ago
- Contract Period
-
Not specified - Not specified
- Recurrence
-
Not specified
-
Notice Status
- Tender Status
-
Complete
- Lots Status
-
Cancelled
- Awards Status
-
Active
- Contracts Status
-
Active
Buyer & Supplier
-
Contracting Authority (Buyer)
- Main Buyer
- Additional Buyers
- Contact Name
-
Not specified
- Contact Email
-
hm-procurement@rbkc.gov.uk
- Contact Phone
-
+44 800137111
- Locality
-
LONDON
- Postcode
-
W10 5BE
- Post Town
-
West London
- Country
-
England
- Major Region (ITL 1)
-
TLI London
- Basic Region (ITL 2)
-
TLI3 Inner London - West
- Small Region (ITL 3)
-
TLI33 Kensington & Chelsea and Hammersmith & Fulham
- Delivery Location
-
TLI London, TLI33 Kensington & Chelsea and Hammersmith & Fulham
- Local Authority
-
Kensington and Chelsea
- Electoral Ward
-
Campden
- Westminster Constituency
-
Kensington and Bayswater
Buyer Location
-
Supplier Information
Further Information
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-h6vhtk-03809b-2024-11-19T10:51:29Z",
"date": "2024-11-19T10:51:29Z",
"ocid": "ocds-h6vhtk-03809b",
"description": "To access this tender you must register with the Capital e-sourcing Portal at www.capitalesourcing.com. Use the following code to access the tender ITT_RBKC_17812 or click this link https://www.capitalesourcing.com/go/58564136018C59050F7F The contracts entered into as a result of this contract notice shall be subject to English law and the exclusive jurisdiction of the English Courts. RBKC reserves the right not to enter into any contract or award any contract as a result of this contract notice and to vary or change or not to proceed with this competition at any stage of the procurement process. RBKC shall not be responsible for any costs incurred by any potential bidder responding to this contract notice. Please refer to the procurement documentation for important notices in respect of commercially sensitive information and the application of the Freedom of Information Act 2000. RBKC reserves the right to require potential bidders to enter into a parent company guarantee and/or performance bond.",
"initiationType": "tender",
"tender": {
"id": "RBKC-17812",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Procurement Frameworks for RBKC Housing Management - Fire Safety Works",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45211000",
"description": "Construction work for multi-dwelling buildings and individual houses"
},
"mainProcurementCategory": "works",
"description": "RBKC is undertaking the procurement of a Framework for Fire Safety Works. This forms part of RBKC's wider program of procurements (termed Project Union) to establish four (4) Housing Management Framework Agreements to enable delivery of various works and services. The Framework for Fire Safety Works will deliver a range of fire safety related works to RBKC's property portfolio. It will be divided into three (3) Lots and RBKC wishes to appoint up to 5 Contractors per Lot. The Framework Agreement will be for a period of four (4) years with an option to extend for up to two (2) further years up to a maximum duration of six (6) years. The scope of works to be delivered under the Framework will be fire safety related works including planned maintenance, refurbishment and improvement works to RBKC housing stock including provision of new installs, repair, replacement, removal, and / or overhaul including but not limited to the following types of works: Fire Stopping, Compartmentation & Fire Doors including but not limited to; * Fire-stopping works * Loft and other compartmentation work. * Fire safety signage * Communal area decorations - flame retardant coating systems * Open Walkway, Weather and Security screen * Opening-up and making-good works as part of intrusive surveys, i.e., accompanying FRA consultant * FRA / Fire strategy works such as Bin chutes (e.g., closing off) Communal fire doors and internal glazed screens. * Communal Fire Door Sets / Front entrance fire doors * Other fire doors (e.g., services / cupboards doors) (Includes repair, inspection, and replacement) Active Fire Protection Systems including but not limited to; * Fire Extinguishers provision * Wet, dry & lateral rising mains * Sprinkler systems * Water mist systems Means of Escape, Fire Detection and Smoke Ventilation Systems including but not limited to; * Fire detection and alarm systems (including smoke and heat detectors within dwellings and integrated systems in common parts) * Evacuation alert systems (to be used by Fire & Rescue Service) * Installation of fire / smoke dampers within flats onto communal ducts * Emergency and communal lighting * Smoke ventilation systems (mechanical and natural smoke and heat exhaust ventilation systems including AOVs)",
"lotDetails": {
"awardCriteriaDetails": "The above listed works may be divided in to a number of lots which may group similar works so contractors do not need to be able to deliver the full scope of works listed above."
},
"lots": [
{
"id": "1",
"title": "Fire Stopping, Compartmentation & Fire Doors",
"description": "The framework agreement established for this Lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of fire stopping, fire compartmentation and fire doors. The Works required to be delivered under this Lot include but are not limited to: * Fire-stopping works * Loft and other compartmentation work. * Fire safety signage * Communal area decorations - flame retardant coating systems * Open Walkway, Weather and Security screen * Opening-up and making-good works as part of intrusive surveys, i.e., accompanying FRA consultant * FRA / Fire strategy works such as Bin chutes (e.g., closing off) Communal fire doors and internal glazed screens. * Communal Fire Door Sets / Front entrance fire doors * Other fire doors (e.g., services / cupboards doors) (Includes repair, inspection, and replacement) two.2.5) Award criteriaII.2.5) Award criteria Additional information: Value excluding VAT: PS30,000,000",
"status": "cancelled",
"value": {
"amount": 30000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details."
},
"awardCriteria": {
"criteria": [
{
"name": "Framework Management",
"type": "quality",
"description": "15%"
},
{
"name": "Residents Engagement",
"type": "quality",
"description": "15%"
},
{
"name": "Quality of Works Delivery",
"type": "quality",
"description": "30%"
},
{
"name": "Social Value",
"type": "quality",
"description": "6%"
},
{
"name": "Health & Safety",
"type": "quality",
"description": "15%"
},
{
"name": "Supply Chain & Sourcing Strategy",
"type": "quality",
"description": "13%"
},
{
"name": "Sustainability",
"type": "quality",
"description": "6%"
},
{
"name": "Cost",
"type": "cost",
"description": "40"
}
]
}
},
{
"id": "2",
"title": "Active Fire Protection Systems",
"description": "The framework agreement established for this Lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of fire stopping, fire compartmentation and fire doors. The Works required to be delivered under this Lot include but are not limited to: * Fire Extinguishers provision * Wet, dry & lateral rising mains * Sprinkler systems * Water mist systems Additional information: Value excluding VAT: PS22,500,000",
"value": {
"amount": 22500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Framework Management",
"type": "quality",
"description": "15%"
},
{
"name": "Residents Engagement",
"type": "quality",
"description": "15%"
},
{
"name": "Quality of Works Delivery",
"type": "quality",
"description": "30%"
},
{
"name": "Social Value",
"type": "quality",
"description": "6%"
},
{
"name": "Health & Safety",
"type": "quality",
"description": "15%"
},
{
"name": "Supply Chain & Sourcing Strategy",
"type": "quality",
"description": "13%"
},
{
"name": "Sustainability",
"type": "quality",
"description": "6%"
},
{
"name": "Cost",
"type": "cost",
"description": "40"
}
]
}
},
{
"id": "3",
"title": "Means of Escape, Fire Detection and Smoke Ventilation Systems",
"description": "The framework agreement established for this lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of means of escape, fire detection and smoke ventilation systems. The Works required to be delivered under this Lot include but are not limited to: * Fire detection and alarm systems (including smoke and heat detectors within dwellings and integrated systems in common parts) * Evacuation alert systems (to be used by Fire & Rescue Service) * Installation of fire / smoke dampers within flats onto communal ducts * Emergency and communal lighting * Smoke ventilation systems (mechanical and natural smoke and heat exhaust ventilation systems including AOVs) Additional information: Value excluding VAT: PS22,500,000",
"value": {
"amount": 22500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Framework Management",
"type": "quality",
"description": "15%"
},
{
"name": "Residents Engagement",
"type": "quality",
"description": "15%"
},
{
"name": "Quality of Works Delivery",
"type": "quality",
"description": "30%"
},
{
"name": "Social Value",
"type": "quality",
"description": "6%"
},
{
"name": "Health & Safety",
"type": "quality",
"description": "15%"
},
{
"name": "Supply Chain & Sourcing Strategy",
"type": "quality",
"description": "13%"
},
{
"name": "Sustainability",
"type": "quality",
"description": "6%"
},
{
"name": "Cost",
"type": "cost",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221220",
"description": "Fire doors"
},
{
"scheme": "CPV",
"id": "44480000",
"description": "Miscellaneous fire-protection equipment"
},
{
"scheme": "CPV",
"id": "45211000",
"description": "Construction work for multi-dwelling buildings and individual houses"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45320000",
"description": "Insulation work"
},
{
"scheme": "CPV",
"id": "45350000",
"description": "Mechanical installations"
},
{
"scheme": "CPV",
"id": "45453000",
"description": "Overhaul and refurbishment work"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKI"
},
{
"region": "UKI33"
},
{
"region": "UKI"
},
{
"region": "UKI33"
}
],
"deliveryLocation": {
"description": "Properties owned and managed by RBKC primarily located within the Borough. Refer to 1.2 of the ITT"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35111300",
"description": "Fire extinguishers"
},
{
"scheme": "CPV",
"id": "45211000",
"description": "Construction work for multi-dwelling buildings and individual houses"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45320000",
"description": "Insulation work"
},
{
"scheme": "CPV",
"id": "45343000",
"description": "Fire-prevention installation works"
},
{
"scheme": "CPV",
"id": "45343230",
"description": "Sprinkler systems installation work"
},
{
"scheme": "CPV",
"id": "45350000",
"description": "Mechanical installations"
},
{
"scheme": "CPV",
"id": "45453000",
"description": "Overhaul and refurbishment work"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKI33"
},
{
"region": "UKI"
},
{
"region": "UKI33"
}
],
"deliveryLocation": {
"description": "Properties owned and managed by RBKC primarily located within the Borough. Refer to 1.2 of the ITT"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31625100",
"description": "Fire-detection systems"
},
{
"scheme": "CPV",
"id": "31625200",
"description": "Fire-alarm systems"
},
{
"scheme": "CPV",
"id": "38431200",
"description": "Smoke-detection apparatus"
},
{
"scheme": "CPV",
"id": "45211000",
"description": "Construction work for multi-dwelling buildings and individual houses"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45312100",
"description": "Fire-alarm system installation work"
},
{
"scheme": "CPV",
"id": "45320000",
"description": "Insulation work"
},
{
"scheme": "CPV",
"id": "45350000",
"description": "Mechanical installations"
},
{
"scheme": "CPV",
"id": "45453000",
"description": "Overhaul and refurbishment work"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKI33"
},
{
"region": "UKI"
},
{
"region": "UKI33"
}
],
"deliveryLocation": {
"description": "Properties owned and managed by RBKC primarily located within the Borough."
},
"relatedLot": "3"
}
],
"communication": {
"futureNoticeDate": "2023-05-31T00:00:00+01:00",
"atypicalToolUrl": "https://www.capitalesourcing.com"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 75000000,
"currency": "GBP"
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://www.capitalesourcing.com",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "As stated in the procurement and framework documents",
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 16,
"periodRationale": "The nature of the works being procured together with the circumstances, environment and challenges which RBKC, and the construction market will continue to face for the foreseeable future requires RBKC to develop and maintain a direct and consistent supply chain for delivery of capital investment works longer than the traditional 4-year Framework duration. The rationale is set out in the ITT Doc."
}
},
"tenderPeriod": {
"endDate": "2024-03-07T13:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 330
}
},
"awardPeriod": {
"startDate": "2024-03-07T14:00:00Z"
},
"bidOpening": {
"date": "2024-03-07T14:00:00Z",
"address": {
"streetAddress": "www.capitalesourcing.com"
}
},
"hasRecurrence": false,
"reviewDetails": "In accordance with Regulations 86 (Notices of decisions to award a contract or conclude a framework agreement), Regulation 87 (standstill period) and Regulation 91 (Enforcement of duties through the court) of the Public Contracts Regulations 2015."
},
"parties": [
{
"id": "GB-FTS-68128",
"name": "Royal Borough of Kensington and Chelsea",
"identifier": {
"legalName": "Royal Borough of Kensington and Chelsea"
},
"address": {
"streetAddress": "292A Kensal Road",
"locality": "London",
"region": "UKI",
"postalCode": "W10 5BE",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 800137111",
"email": "HM-Procurement@rbkc.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.rbkc.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-20541",
"name": "The Royal Borough of Kensington and Chelsea",
"identifier": {
"legalName": "The Royal Borough of Kensington and Chelsea"
},
"address": {
"streetAddress": "Town Hall, Hornton Street",
"locality": "London",
"region": "UKI",
"postalCode": "W8 7NX",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 800137111",
"email": "hm-procurement@rbkc.gov.uk",
"url": "http://www.capitalesourcing.com"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.capitalesourcing.com",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-9511",
"name": "The Royal Borough of Kensington and Chelsea",
"identifier": {
"legalName": "The Royal Borough of Kensington and Chelsea"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "GB-FTS-130667",
"name": "Bell Group Limited",
"identifier": {
"legalName": "Bell Group Limited",
"id": "SC114142"
},
"address": {
"streetAddress": "Bell Business Park, Rochsolloch Road, Airdrie North Lanarkshire ML6 9BG",
"locality": "Airdrie",
"region": "UKM84",
"postalCode": "ML6 9BG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-130668",
"name": "Triangle Fire Systems Limited",
"identifier": {
"legalName": "Triangle Fire Systems Limited",
"id": "5701181"
},
"address": {
"streetAddress": "Triangle Fire Systems Limited Haywood Way, Hastings, East Sussex TN35 4PL",
"locality": "Hastings",
"region": "UKJ22",
"postalCode": "TN35 4PL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-130669",
"name": "ABCA Systems Limited",
"identifier": {
"legalName": "ABCA Systems Limited",
"id": "06294877"
},
"address": {
"streetAddress": "Unit 24 Mylord Crescent, Camperdown Industrial Estate Killingworth, Tyne & Wear NE12 5UJ",
"locality": "Killingworth",
"region": "UKC2",
"postalCode": "NE12 5UJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-130670",
"name": "Gemini AMPM Ltd",
"identifier": {
"legalName": "Gemini AMPM Ltd",
"id": "03437130"
},
"address": {
"streetAddress": "30-34 North Street Hailsham East Sussex BN27 1DW",
"locality": "Hailsham",
"region": "UKJ22",
"postalCode": "BN27 1DW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-130671",
"name": "Hollington & Sons (builders) Ltd t/a Olli",
"identifier": {
"legalName": "Hollington & Sons (builders) Ltd t/a Olli",
"id": "3370671"
},
"address": {
"streetAddress": "Group/Olli Construction, New Derwent House, 69-73 Theobalds Road, London WC1X 8TA",
"locality": "London",
"region": "UKI",
"postalCode": "WC1X 8TA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-130672",
"name": "Marke Property Services Ltd",
"identifier": {
"legalName": "Marke Property Services Ltd",
"id": "10110459"
},
"address": {
"streetAddress": "The Old Barn, Off Wood Street, Swanley, Kent, BR8 7PA",
"locality": "Swanley",
"region": "UKJ4",
"postalCode": "BR8 7PA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-130673",
"name": "OpenView Security Solutions Limited",
"identifier": {
"legalName": "OpenView Security Solutions Limited",
"id": "3376202"
},
"address": {
"streetAddress": "OpenView House, Chesham Close, Romford, Essex , RM7 7PJ",
"locality": "Romford",
"region": "UKH3",
"postalCode": "RM7 7PJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-130674",
"name": "RAAM Construction Ltd",
"identifier": {
"legalName": "RAAM Construction Ltd",
"id": "5934914"
},
"address": {
"streetAddress": "Unit 8, Peerglow Estate Queensway, Enfield, London EN5 4SB",
"locality": "London",
"region": "UKI",
"postalCode": "EN5 4SB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-130675",
"name": "Trail Group Limited",
"identifier": {
"legalName": "Trail Group Limited",
"id": "05057190"
},
"address": {
"streetAddress": "Unit C White Oak Technology Centre London Road Swanley Kent BR8 7AG",
"locality": "Swanley",
"region": "UKJ4",
"postalCode": "BR8 7AG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-130676",
"name": "Harmony Fire Ltd",
"identifier": {
"legalName": "Harmony Fire Ltd",
"id": "10427303"
},
"address": {
"streetAddress": "Harmony Fire Ltd Watercombe Lane, Yeovil, Somerset BA20 2SU",
"locality": "Yeovil",
"region": "UKK23",
"postalCode": "BA20 2SU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-130677",
"name": "BCS (Electrical & Building) Services Ltd",
"identifier": {
"legalName": "BCS (Electrical & Building) Services Ltd",
"id": "09165974"
},
"address": {
"streetAddress": "Rotherhithe Business Estate, Rotherhithe New Road, London SE16 3EH",
"locality": "London",
"region": "UKI",
"postalCode": "SE16 3EH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-130678",
"name": "Electroplan Contracting Ltd",
"identifier": {
"legalName": "Electroplan Contracting Ltd",
"id": "3182897"
},
"address": {
"streetAddress": "Suite D, The Business Centre. Farringdon Avenue, Romford, Essex RM3 8EN",
"locality": "Romford",
"region": "UKH3",
"postalCode": "RM3 8EN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-130679",
"name": "RGE Services Limited",
"identifier": {
"legalName": "RGE Services Limited",
"id": "3305853"
},
"address": {
"streetAddress": "The Nurseries, Gravel Lane Chigwell, Essex IG7 6BZ",
"locality": "Chigwell",
"region": "UKH3",
"postalCode": "IG7 6BZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-20541",
"name": "The Royal Borough of Kensington and Chelsea"
},
"language": "en",
"awards": [
{
"id": "037322-2024-1",
"relatedLots": [
"1"
],
"title": "Fire Stopping, Compartmentation & Fire Doors",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-130667",
"name": "Bell Group Limited"
},
{
"id": "GB-FTS-130670",
"name": "Gemini AMPM Ltd"
},
{
"id": "GB-FTS-130671",
"name": "Hollington & Sons (builders) Ltd t/a Olli"
},
{
"id": "GB-FTS-130672",
"name": "Marke Property Services Ltd"
},
{
"id": "GB-FTS-130673",
"name": "OpenView Security Solutions Limited"
},
{
"id": "GB-FTS-130674",
"name": "RAAM Construction Ltd"
},
{
"id": "GB-FTS-130675",
"name": "Trail Group Limited"
}
]
},
{
"id": "037322-2024-2",
"relatedLots": [
"2"
],
"title": "Active Fire Protection Systems",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-130668",
"name": "Triangle Fire Systems Limited"
},
{
"id": "GB-FTS-130676",
"name": "Harmony Fire Ltd"
}
]
},
{
"id": "037322-2024-3",
"relatedLots": [
"3"
],
"title": "Means of Escape, Fire Detection and Smoke Ventilation Systems",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-130669",
"name": "ABCA Systems Limited"
},
{
"id": "GB-FTS-130677",
"name": "BCS (Electrical & Building) Services Ltd"
},
{
"id": "GB-FTS-130678",
"name": "Electroplan Contracting Ltd"
},
{
"id": "GB-FTS-130676",
"name": "Harmony Fire Ltd"
},
{
"id": "GB-FTS-130679",
"name": "RGE Services Limited"
}
]
}
],
"contracts": [
{
"id": "037322-2024-1",
"awardID": "037322-2024-1",
"title": "Fire Stopping, Compartmentation & Fire Doors",
"status": "active",
"value": {
"amount": 30000000,
"currency": "GBP"
},
"dateSigned": "2024-11-01T00:00:00Z"
},
{
"id": "037322-2024-2",
"awardID": "037322-2024-2",
"title": "Active Fire Protection Systems",
"status": "active",
"value": {
"amount": 22500000,
"currency": "GBP"
},
"dateSigned": "2024-11-01T00:00:00Z"
},
{
"id": "037322-2024-3",
"awardID": "037322-2024-3",
"title": "Means of Escape, Fire Detection and Smoke Ventilation Systems",
"status": "active",
"value": {
"amount": 2250000,
"currency": "GBP"
},
"dateSigned": "2024-11-01T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 21
},
{
"id": "2",
"measure": "bids",
"relatedLot": "2",
"value": 3
},
{
"id": "3",
"measure": "bids",
"relatedLot": "3",
"value": 8
}
]
}
}