Notice Information
Notice Title
TVSBC - FA - Servicing, Maintenance and Supply of Fire Extinguishers and Related Equipment
Notice Description
Contract covers the servicing, refiling, refurbishment and replacement of a variety of fire extinguishers as well as for the replacement of fire blankets and hose reels and the supply of various spare parts in establishments throughout the Tees Valley being Borough Councils of Hartlepool, Middlesbrough, Redcar and Cleveland, Stockton and Darlington.
Lot Information
Lot 1 - Darlington Borough Council
The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts. The Local Authorities within the Tees Valley are : Lot 1 - Darlington Borough Council Lot 2 - Hartlepool Borough Council Lot 3 - Middlesbrough Borough Council Lot 4 - Redcar & Cleveland Borough Council Lot 5 - Stockton Borough Council The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually. The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time. It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection. As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held. All items supplied to the Authority must comply with relevant legislations. All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned. All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user. The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety. All goods must be clearly labelled in accordance with current Government legislation. The Contractor must have appropriate third party accreditation. The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101. The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls. Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority. Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate. We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context. Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot. * Lot 1: Darlington Borough Council * Lot 2: Hartlepool Borough Council * Lot 3: Middlesbrough Council * Lot 4: Redcar & Cleveland Borough Council * Lot 5: Stockton-on-Tees Borough Council Bidders can bid for more than one Lot. These new contracts will commence on or before 1st December 2023
Renewal: optional 2 x 24 months extension periods.
Lot 2 - Hartlepool Borough CouncilThe requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts. The Local Authorities within the Tees Valley are : Lot 1 - Darlington Borough Council Lot 2 - Hartlepool Borough Council Lot 3 - Middlesbrough Borough Council Lot 4 - Redcar & Cleveland Borough Council Lot 5 - Stockton Borough Council The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually. The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time. It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection. As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held. All items supplied to the Authority must comply with relevant legislations. All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned. All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user. The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety. All goods must be clearly labelled in accordance with current Government legislation. The Contractor must have appropriate third party accreditation. The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101. The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls. Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority. Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate. We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context. Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot. * Lot 1: Darlington Borough Council * Lot 2: Hartlepool Borough Council * Lot 3: Middlesbrough Council * Lot 4: Redcar & Cleveland Borough Council * Lot 5: Stockton-on-Tees Borough Council Bidders can bid for more than one Lot. These new contracts will commence on or before 1st December 2023
Renewal: optional 2 x 24 months extension periods.
Lot 3 - Middlesbrough CouncilThe requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts. The Local Authorities within the Tees Valley are : Lot 1 - Darlington Borough Council Lot 2 - Hartlepool Borough Council Lot 3 - Middlesbrough Borough Council Lot 4 - Redcar & Cleveland Borough Council Lot 5 - Stockton Borough Council The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually. The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time. It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection. As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held. All items supplied to the Authority must comply with relevant legislations. All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned. All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user. The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety. All goods must be clearly labelled in accordance with current Government legislation. The Contractor must have appropriate third party accreditation. The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101. The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls. Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority. Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate. We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context. Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot. * Lot 1: Darlington Borough Council * Lot 2: Hartlepool Borough Council * Lot 3: Middlesbrough Council * Lot 4: Redcar & Cleveland Borough Council * Lot 5: Stockton-on-Tees Borough Council Bidders can bid for more than one Lot. These new contracts will commence on or before 1st December 2023
Renewal: optional 2 x 24 months extension periods.
Lot 4 - Redcar and Cleveland Borough CouncilThe requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts. The Local Authorities within the Tees Valley are : Lot 1 - Darlington Borough Council Lot 2 - Hartlepool Borough Council Lot 3 - Middlesbrough Borough Council Lot 4 - Redcar & Cleveland Borough Council Lot 5 - Stockton Borough Council The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually. The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time. It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection. As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held. All items supplied to the Authority must comply with relevant legislations. All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned. All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user. The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety. All goods must be clearly labelled in accordance with current Government legislation. The Contractor must have appropriate third party accreditation. The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101. The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls. Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority. Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate. We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context. Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot. * Lot 1: Darlington Borough Council * Lot 2: Hartlepool Borough Council * Lot 3: Middlesbrough Council * Lot 4: Redcar & Cleveland Borough Council * Lot 5: Stockton-on-Tees Borough Council Bidders can bid for more than one Lot. These new contracts will commence on or before 1st December 2023
Renewal: optional 2 x 24 months extension periods
Lot 5 - Stockton-on-Tees Borough CouncilThe requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts. The Local Authorities within the Tees Valley are : Lot 1 - Darlington Borough Council Lot 2 - Hartlepool Borough Council Lot 3 - Middlesbrough Borough Council Lot 4 - Redcar & Cleveland Borough Council Lot 5 - Stockton Borough Council The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually. The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time. It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection. As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held. All items supplied to the Authority must comply with relevant legislations. All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned. All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user. The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety. All goods must be clearly labelled in accordance with current Government legislation. The Contractor must have appropriate third party accreditation. The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101. The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls. Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority. Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate. We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context. Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot. * Lot 1: Darlington Borough Council * Lot 2: Hartlepool Borough Council * Lot 3: Middlesbrough Council * Lot 4: Redcar & Cleveland Borough Council * Lot 5: Stockton-on-Tees Borough Council Bidders can bid for more than one Lot. These new contracts will commence on or before 1st December 2023
Renewal: optional 2 x 24 months extension periods.
Lot 1 - Darlington Borough CouncilFollowing award of this Contract, the successful contractor on each Lot will be responsible for making arrangements to develop a programme of work detailing when the service visits will be carried out at each establishment . It will be the responsibility of the successful contractor to establish and maintain comprehensive records of the types of equipment located in every establishment partaking in any call-off from this Contract . Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.
Lot 2 Hartlepool Borough CouncilFollowing award of this Contract, the successful contractor on each Lot will be responsible for making arrangements to develop a programme of work detailing when the service visits will be carried out at each establishment . It will be the responsibility of the successful contractor to establish and maintain comprehensive records of the types of equipment located in every establishment partaking in any call-off from this Contract . Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.
Options: The Contract will commence on 1st December 2023 and will expire on 30th November 2027 with an optional 2 x 24 months extension periods.
Lot 3 Middlesbrough CouncilFollowing award of this Contract, the successful contractor on each Lot will be responsible for making arrangements to develop a programme of work detailing when the service visits will be carried out at each establishment . It will be the responsibility of the successful contractor to establish and maintain comprehensive records of the types of equipment located in every establishment partaking in any call-off from this Contract . Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.
Options: The Contract will commence on 1st December 2023 and will expire on 30th November 2027 with an optional 2 x 24 months extension periods.
Lot 4 Redcar and Cleveland Borough CouncilFollowing award of this Contract, the successful contractor on each Lot will be responsible for making arrangements to develop a programme of work detailing when the service visits will be carried out at each establishment . It will be the responsibility of the successful contractor to establish and maintain comprehensive records of the types of equipment located in every establishment partaking in any call-off from this Contract . Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.
Options: The Contract will commence on 1st December 2023 and will expire on 30th November 2027 with an optional 2 x 24 months extension periods.
Lot 5 Stockton-on-Tees Borough CouncilFollowing award of this Contract, the successful contractor on each Lot will be responsible for making arrangements to develop a programme of work detailing when the service visits will be carried out at each establishment . It will be the responsibility of the successful contractor to establish and maintain comprehensive records of the types of equipment located in every establishment partaking in any call-off from this Contract . Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.
Options: The Contract will commence on 1st December 2023 and will expire on 30th November 2027 with an optional 2 x 24 months extension periods.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03e3af
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001649-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50413200 - Repair and maintenance services of firefighting equipment
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £450,000 £100K-£500K
Notice Dates
- Publication Date
- 17 Jan 20242 years ago
- Submission Deadline
- 30 Aug 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 1 Dec 20232 years ago
- Contract Period
- 1 Dec 2023 - 30 Nov 2027 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- STOCKTON-ON-TEES BOROUGH COUNCIL
- Additional Buyers
- Contact Name
- Karen Kreczak
- Contact Email
- corporate.procurement@stockton.gov.uk, denise.boyle@redcar-cleveland.gov.uk, emma.armstrong@hartlepool.gov.uk, jackie.elliott@darlington.gov.uk, karen.kreczak@stockton.gov.uk, nicola_cummings@middlesbrough.gov.uk
- Contact Phone
- +44 1642528510
Buyer Location
- Locality
- STOCKTON-ON-TEES
- Postcode
- TS19 1SF
- Post Town
- Cleveland
- Country
- England
-
- Major Region (ITL 1)
- TLC North East (England)
- Basic Region (ITL 2)
- TLC3 Tees Valley
- Small Region (ITL 3)
- TLC31 Hartlepool and Stockton-on-Tees
- Delivery Location
- TLC1 Tees Valley and Durham
-
- Local Authority
- Stockton-on-Tees
- Electoral Ward
- Stockton Town Centre
- Westminster Constituency
- Stockton North
Further Information
Notice URLs
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-03e3af-2024-01-17T15:45:48Z",
"date": "2024-01-17T15:45:48Z",
"ocid": "ocds-h6vhtk-03e3af",
"initiationType": "tender",
"tender": {
"id": "STK001-DN672467-69384063",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "TVSBC - FA - Servicing, Maintenance and Supply of Fire Extinguishers and Related Equipment",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
},
"mainProcurementCategory": "services",
"description": "Contract covers the servicing, refiling, refurbishment and replacement of a variety of fire extinguishers as well as for the replacement of fire blankets and hose reels and the supply of various spare parts in establishments throughout the Tees Valley being Borough Councils of Hartlepool, Middlesbrough, Redcar and Cleveland, Stockton and Darlington.",
"lots": [
{
"id": "1",
"title": "Lot 1 - Darlington Borough Council",
"description": "The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts. The Local Authorities within the Tees Valley are : Lot 1 - Darlington Borough Council Lot 2 - Hartlepool Borough Council Lot 3 - Middlesbrough Borough Council Lot 4 - Redcar & Cleveland Borough Council Lot 5 - Stockton Borough Council The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually. The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time. It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection. As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held. All items supplied to the Authority must comply with relevant legislations. All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned. All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user. The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety. All goods must be clearly labelled in accordance with current Government legislation. The Contractor must have appropriate third party accreditation. The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101. The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls. Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority. Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate. We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context. Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot. * Lot 1: Darlington Borough Council * Lot 2: Hartlepool Borough Council * Lot 3: Middlesbrough Council * Lot 4: Redcar & Cleveland Borough Council * Lot 5: Stockton-on-Tees Borough Council Bidders can bid for more than one Lot. These new contracts will commence on or before 1st December 2023",
"contractPeriod": {
"startDate": "2023-12-01T00:00:00Z",
"endDate": "2027-11-30T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "optional 2 x 24 months extension periods."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Lot 2 - Hartlepool Borough Council",
"description": "The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts. The Local Authorities within the Tees Valley are : Lot 1 - Darlington Borough Council Lot 2 - Hartlepool Borough Council Lot 3 - Middlesbrough Borough Council Lot 4 - Redcar & Cleveland Borough Council Lot 5 - Stockton Borough Council The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually. The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time. It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection. As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held. All items supplied to the Authority must comply with relevant legislations. All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned. All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user. The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety. All goods must be clearly labelled in accordance with current Government legislation. The Contractor must have appropriate third party accreditation. The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101. The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls. Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority. Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate. We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context. Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot. * Lot 1: Darlington Borough Council * Lot 2: Hartlepool Borough Council * Lot 3: Middlesbrough Council * Lot 4: Redcar & Cleveland Borough Council * Lot 5: Stockton-on-Tees Borough Council Bidders can bid for more than one Lot. These new contracts will commence on or before 1st December 2023",
"contractPeriod": {
"startDate": "2023-12-01T00:00:00Z",
"endDate": "2027-11-30T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "optional 2 x 24 months extension periods."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "3",
"title": "Lot 3 - Middlesbrough Council",
"description": "The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts. The Local Authorities within the Tees Valley are : Lot 1 - Darlington Borough Council Lot 2 - Hartlepool Borough Council Lot 3 - Middlesbrough Borough Council Lot 4 - Redcar & Cleveland Borough Council Lot 5 - Stockton Borough Council The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually. The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time. It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection. As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held. All items supplied to the Authority must comply with relevant legislations. All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned. All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user. The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety. All goods must be clearly labelled in accordance with current Government legislation. The Contractor must have appropriate third party accreditation. The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101. The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls. Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority. Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate. We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context. Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot. * Lot 1: Darlington Borough Council * Lot 2: Hartlepool Borough Council * Lot 3: Middlesbrough Council * Lot 4: Redcar & Cleveland Borough Council * Lot 5: Stockton-on-Tees Borough Council Bidders can bid for more than one Lot. These new contracts will commence on or before 1st December 2023",
"contractPeriod": {
"startDate": "2023-12-01T00:00:00Z",
"endDate": "2027-11-30T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "optional 2 x 24 months extension periods."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "4",
"title": "Lot 4 - Redcar and Cleveland Borough Council",
"description": "The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts. The Local Authorities within the Tees Valley are : Lot 1 - Darlington Borough Council Lot 2 - Hartlepool Borough Council Lot 3 - Middlesbrough Borough Council Lot 4 - Redcar & Cleveland Borough Council Lot 5 - Stockton Borough Council The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually. The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time. It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection. As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held. All items supplied to the Authority must comply with relevant legislations. All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned. All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user. The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety. All goods must be clearly labelled in accordance with current Government legislation. The Contractor must have appropriate third party accreditation. The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101. The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls. Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority. Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate. We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context. Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot. * Lot 1: Darlington Borough Council * Lot 2: Hartlepool Borough Council * Lot 3: Middlesbrough Council * Lot 4: Redcar & Cleveland Borough Council * Lot 5: Stockton-on-Tees Borough Council Bidders can bid for more than one Lot. These new contracts will commence on or before 1st December 2023",
"contractPeriod": {
"startDate": "2023-12-01T00:00:00Z",
"endDate": "2027-11-30T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "optional 2 x 24 months extension periods"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "5",
"title": "Lot 5 - Stockton-on-Tees Borough Council",
"description": "The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts. The Local Authorities within the Tees Valley are : Lot 1 - Darlington Borough Council Lot 2 - Hartlepool Borough Council Lot 3 - Middlesbrough Borough Council Lot 4 - Redcar & Cleveland Borough Council Lot 5 - Stockton Borough Council The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually. The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time. It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection. As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held. All items supplied to the Authority must comply with relevant legislations. All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned. All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user. The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety. All goods must be clearly labelled in accordance with current Government legislation. The Contractor must have appropriate third party accreditation. The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101. The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls. Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority. Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate. We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context. Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot. * Lot 1: Darlington Borough Council * Lot 2: Hartlepool Borough Council * Lot 3: Middlesbrough Council * Lot 4: Redcar & Cleveland Borough Council * Lot 5: Stockton-on-Tees Borough Council Bidders can bid for more than one Lot. These new contracts will commence on or before 1st December 2023",
"contractPeriod": {
"startDate": "2023-12-01T00:00:00Z",
"endDate": "2027-11-30T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "optional 2 x 24 months extension periods."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "1 - Darlington Borough Council",
"description": "Following award of this Contract, the successful contractor on each Lot will be responsible for making arrangements to develop a programme of work detailing when the service visits will be carried out at each establishment . It will be the responsibility of the successful contractor to establish and maintain comprehensive records of the types of equipment located in every establishment partaking in any call-off from this Contract . Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.",
"awardCriteria": {
"criteria": [
{
"name": "Question 1. Methodology",
"type": "quality",
"description": "20"
},
{
"name": "Question 2. Communication",
"type": "quality",
"description": "10"
},
{
"name": "Social Value",
"type": "quality",
"description": "5"
},
{
"name": "Service Inspection Visit Section 1",
"type": "cost",
"description": "25"
},
{
"name": "Equipment Section 2-7",
"type": "cost",
"description": "40"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2 Hartlepool Borough Council",
"description": "Following award of this Contract, the successful contractor on each Lot will be responsible for making arrangements to develop a programme of work detailing when the service visits will be carried out at each establishment . It will be the responsibility of the successful contractor to establish and maintain comprehensive records of the types of equipment located in every establishment partaking in any call-off from this Contract . Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.",
"awardCriteria": {
"criteria": [
{
"name": "Question 1. Methodology",
"type": "quality",
"description": "20"
},
{
"name": "Question 2. Communication",
"type": "quality",
"description": "10"
},
{
"name": "Social Value",
"type": "quality",
"description": "5"
},
{
"name": "Service Inspection Visit Section 1",
"type": "cost",
"description": "25"
},
{
"name": "Equipment Section 2-7",
"type": "cost",
"description": "40"
}
]
},
"hasOptions": true,
"options": {
"description": "The Contract will commence on 1st December 2023 and will expire on 30th November 2027 with an optional 2 x 24 months extension periods."
},
"status": "cancelled"
},
{
"id": "3 Middlesbrough Council",
"description": "Following award of this Contract, the successful contractor on each Lot will be responsible for making arrangements to develop a programme of work detailing when the service visits will be carried out at each establishment . It will be the responsibility of the successful contractor to establish and maintain comprehensive records of the types of equipment located in every establishment partaking in any call-off from this Contract . Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.",
"awardCriteria": {
"criteria": [
{
"name": "Question 1. Methodology",
"type": "quality",
"description": "20"
},
{
"name": "Question 2. Communication",
"type": "quality",
"description": "10"
},
{
"name": "Social Value",
"type": "quality",
"description": "5"
},
{
"name": "Service Inspection Visit Section 1",
"type": "cost",
"description": "25"
},
{
"name": "Equipment Section 2-7",
"type": "cost",
"description": "40"
}
]
},
"hasOptions": true,
"options": {
"description": "The Contract will commence on 1st December 2023 and will expire on 30th November 2027 with an optional 2 x 24 months extension periods."
},
"status": "cancelled"
},
{
"id": "4 Redcar and Cleveland Borough Council",
"description": "Following award of this Contract, the successful contractor on each Lot will be responsible for making arrangements to develop a programme of work detailing when the service visits will be carried out at each establishment . It will be the responsibility of the successful contractor to establish and maintain comprehensive records of the types of equipment located in every establishment partaking in any call-off from this Contract . Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.",
"awardCriteria": {
"criteria": [
{
"name": "Question 1. Methodology",
"type": "quality",
"description": "20"
},
{
"name": "Question 2. Communication",
"type": "quality",
"description": "10"
},
{
"name": "Social Value",
"type": "quality",
"description": "5"
},
{
"name": "Service Inspection Visit Section 1",
"type": "cost",
"description": "25"
},
{
"name": "Equipment Section 2-7",
"type": "cost",
"description": "40"
}
]
},
"hasOptions": true,
"options": {
"description": "The Contract will commence on 1st December 2023 and will expire on 30th November 2027 with an optional 2 x 24 months extension periods."
},
"status": "cancelled"
},
{
"id": "5 Stockton-on-Tees Borough Council",
"description": "Following award of this Contract, the successful contractor on each Lot will be responsible for making arrangements to develop a programme of work detailing when the service visits will be carried out at each establishment . It will be the responsibility of the successful contractor to establish and maintain comprehensive records of the types of equipment located in every establishment partaking in any call-off from this Contract . Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice. The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service. The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use. Servicing is required once yearly per each item. All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked. Small Parts include, but are not limited to: Standard Safety Pin, Discharge Hose 'O' Ring and Washers, Healing Sealing 'O' Ring, Standard Head Cap Washer, Anti-tamper Tag, Glass Pressure Gauge Sticker Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to: CO2 Cartridge, 58gr/78gr Re-pressurise Standard Head Cap Standard Extinguisher Hose CO2 Horn CO2 Hose and Horn Valve and Siphon Tube Valve Spring Hose Nozzle Valve Spindle Assembly Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.",
"awardCriteria": {
"criteria": [
{
"name": "Question 1. Methodology",
"type": "quality",
"description": "20"
},
{
"name": "Question 2. Communication",
"type": "quality",
"description": "10"
},
{
"name": "Social Value",
"type": "quality",
"description": "5"
},
{
"name": "Service Inspection Visit Section 1",
"type": "cost",
"description": "25"
},
{
"name": "Equipment Section 2-7",
"type": "cost",
"description": "40"
}
]
},
"hasOptions": true,
"options": {
"description": "The Contract will commence on 1st December 2023 and will expire on 30th November 2027 with an optional 2 x 24 months extension periods."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKC1"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKC1"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKC1"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKC1"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKC1"
}
],
"relatedLot": "5"
},
{
"id": "1 - Darlington Borough Council",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKC1"
}
],
"relatedLot": "1 - Darlington Borough Council"
},
{
"id": "2 Hartlepool Borough Council",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKC1"
}
],
"relatedLot": "2 Hartlepool Borough Council"
},
{
"id": "3 Middlesbrough Council",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKC1"
}
],
"relatedLot": "3 Middlesbrough Council"
},
{
"id": "4 Redcar and Cleveland Borough Council",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKC1"
}
],
"relatedLot": "4 Redcar and Cleveland Borough Council"
},
{
"id": "5 Stockton-on-Tees Borough Council",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKC1"
}
],
"relatedLot": "5 Stockton-on-Tees Borough Council"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=d573d984-800e-ee11-8123-005056b64545&fromProjectDashboard=True",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-08-30T11:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2023-08-30T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-08-30T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-49387",
"name": "Stockton-on-tees Borough Council",
"identifier": {
"legalName": "Stockton-on-tees Borough Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Municipal Buildings,Church Road",
"locality": "STOCKTON-ON-TEES",
"region": "UKC11",
"postalCode": "TS191SF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Karen Kreczak",
"telephone": "+44 1642528510",
"email": "karen.kreczak@stockton.gov.uk",
"url": "https://procontract.due-north.com/Advert?advertId=d573d984-800e-ee11-8123-005056b64545&fromProjectDashboard=True"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.stockton.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-1465",
"name": "Darlington Borough Council",
"identifier": {
"legalName": "Darlington Borough Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"locality": "Darlington",
"region": "UKC1",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "jackie.elliott@darlington.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.darlington.gov.uk/"
}
},
{
"id": "GB-FTS-2035",
"name": "Hartlepool Borough Council",
"identifier": {
"legalName": "Hartlepool Borough Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"locality": "Hartlepool",
"region": "UKC1",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "emma.armstrong@hartlepool.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.hartlepool.gov.uk/"
}
},
{
"id": "GB-FTS-11125",
"name": "Redcar & Cleveland Borough Council",
"identifier": {
"legalName": "Redcar & Cleveland Borough Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"locality": "Redcar",
"region": "UKC1",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "denise.boyle@redcar-cleveland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.redcar-cleveland.gov.uk/"
}
},
{
"id": "GB-FTS-7133",
"name": "Middlesbrough Council",
"identifier": {
"legalName": "Middlesbrough Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"locality": "Middlesbrough",
"region": "UKC1",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Nicola_Cummings@middlesbrough.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.middlesbrough.gov.uk/"
}
},
{
"id": "GB-FTS-87694",
"name": "Stockton on Tees Borough Council",
"identifier": {
"legalName": "Stockton on Tees Borough Council"
},
"address": {
"streetAddress": "Municipal Buildings",
"locality": "STOCKTON-ON-TEES",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-102739",
"name": "STOCKTON-ON-TEES BOROUGH COUNCIL",
"identifier": {
"legalName": "STOCKTON-ON-TEES BOROUGH COUNCIL",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Municipal Buildings,Church Road",
"locality": "STOCKTON-ON-TEES",
"region": "UKC11",
"postalCode": "TS191SF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1642528510",
"email": "corporate.procurement@stockton.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.stockton.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-7134",
"name": "Redcar and Cleveland Borough Council",
"identifier": {
"legalName": "Redcar and Cleveland Borough Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"locality": "Redcar",
"region": "UKC1",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "denise.boyle@redcar-cleveland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.redcar-cleveland.gov.uk"
}
},
{
"id": "GB-COH-08774316",
"name": "Expert Fire Solutions Ltd",
"identifier": {
"legalName": "Expert Fire Solutions Ltd",
"id": "08774316",
"scheme": "GB-COH"
},
"address": {
"locality": "Durham",
"region": "UKC1",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-4500",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-102739",
"name": "STOCKTON-ON-TEES BOROUGH COUNCIL"
},
"language": "en",
"awards": [
{
"id": "001649-2024-1",
"status": "active",
"suppliers": [
{
"id": "GB-COH-08774316",
"name": "Expert Fire Solutions Ltd"
}
]
}
],
"contracts": [
{
"id": "001649-2024-1",
"awardID": "001649-2024-1",
"status": "active",
"value": {
"amount": 450000,
"currency": "GBP"
},
"dateSigned": "2023-12-01T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 12
}
]
}
}