Notice Information
Notice Title
2324-0028 Testing and Maintenance of Fire Protection, Fire Detection and Emergency Lighting
Notice Description
The council is a landlord to around 35,000 council tenants and leaseholders living in homes located across the borough. As a landlord the council is responsible for ensuring the provision of safe and fully operational fire safety and firefighting equipment located on council housing estates and blocks. The council is seeking to appoint two (2) specialist suppliers, one (1) supplier to cover the fire protection element of the contract, which entails firefighting equipment (Lot 1) and another to cover fire detection and emergency lighting (Lot 2), with multi-skilled electricians and engineers to support the in-house team in providing a high-quality service including the internal and external work carried out in residential properties and communal areas. Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.
Lot Information
2324-0028 Testing and Maintenance of Fire Protection (Lot1)
Appointed suppliers will support the council's in-house teams in providing efficient, effective, customer-focused fire protection, detection and emergency lighting services. They will maintain the fire installations and carry out all necessary testing, servicing and repairs in residential buildings (including estate blocks) and community and reception centres, ensuring all installations are efficient and in safe working conditions. The scope of this contract includes all types of servicing, testing and repair of the fire protection, detection and emergency lighting equipment, in line with a scheduled programme of works and the Cyclical Testing Maintenance Team's guidance and recommendations. For the fire protection contract (Lot 1), the examples of equipment included in the scope, (but not limited to, are: * passenger lifts, which are designed for use by firefighters or for evacuation in the event of a fire * portable firefighting equipment * dry and wet rising mains, which are used by the fire service in the event of a fire in a building * sprinkler systems Suppliers are expected to respond and complete work orders to a satisfactory standard within specific timescales, provide efficient and accurate paperwork, promptly submit accounts and immediately respond to any complaints received, all to ensure the council remains compliant with all relevant statutory requirements. Lots This services contract is being divided in to two (2) lots. Lot 1 covers the fire protection, and Lot 2 the fire detection element of this contract. Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.
Renewal: The initial contract period is for forty-eight (48) months, with options to extend for two (2) periods of up to thirty-six (36) months each. The maximum total contract length is one hundred and twenty (120) months.
2324-0028 - Testing and Maintenance of Fire Detection and Emergency Lighting (Lot 2)The council is a landlord to around 35,000 council tenants and leaseholders living in homes located across the borough. As a landlord the council is responsible for ensuring the provision of safe and fully operational fire safety and firefighting equipment located on council housing estates and blocks. The council is seeking to appoint two (2) specialist suppliers, one (1) supplier to cover the fire protection element of the contract, which entails firefighting equipment (Lot 1) and another to cover fire detection and emergency lighting (Lot 2), with multi-skilled electricians and engineers to support the in-house team in providing a high-quality service including the internal and external work carried out in residential properties and communal areas. Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.
Renewal: The estimated start date of this contract is October 2024. The initial contract period is for forty-eight (48) months, with options to extend for two (2) periods of up to thirty-six (36) months each. The maximum total contract length is one hundred and twenty (120) months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-047ac5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/020480-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
50 - Repair and maintenance services
75 - Administration, defence and social security services
-
- CPV Codes
31620000 - Sound or visual signalling apparatus
50413200 - Repair and maintenance services of firefighting equipment
75251110 - Fire-prevention services
Notice Value(s)
- Tender Value
- £4,235,000 £1M-£10M
- Lots Value
- £4,235,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Jul 20241 years ago
- Submission Deadline
- 5 Aug 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ISLINGTON COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@islington.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- N1 2UD
- Post Town
- North London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI43 Haringey and Islington
- Delivery Location
- TLI London
-
- Local Authority
- Islington
- Electoral Ward
- St Mary's & St James'
- Westminster Constituency
- Islington South and Finsbury
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-047ac5-2024-07-04T15:55:01+01:00",
"date": "2024-07-04T15:55:01+01:00",
"ocid": "ocds-h6vhtk-047ac5",
"initiationType": "tender",
"tender": {
"id": "DN731176",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "2324-0028 Testing and Maintenance of Fire Protection, Fire Detection and Emergency Lighting",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
},
"mainProcurementCategory": "services",
"description": "The council is a landlord to around 35,000 council tenants and leaseholders living in homes located across the borough. As a landlord the council is responsible for ensuring the provision of safe and fully operational fire safety and firefighting equipment located on council housing estates and blocks. The council is seeking to appoint two (2) specialist suppliers, one (1) supplier to cover the fire protection element of the contract, which entails firefighting equipment (Lot 1) and another to cover fire detection and emergency lighting (Lot 2), with multi-skilled electricians and engineers to support the in-house team in providing a high-quality service including the internal and external work carried out in residential properties and communal areas. Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.",
"value": {
"amount": 4235000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"id": "1",
"title": "2324-0028 Testing and Maintenance of Fire Protection (Lot1)",
"description": "Appointed suppliers will support the council's in-house teams in providing efficient, effective, customer-focused fire protection, detection and emergency lighting services. They will maintain the fire installations and carry out all necessary testing, servicing and repairs in residential buildings (including estate blocks) and community and reception centres, ensuring all installations are efficient and in safe working conditions. The scope of this contract includes all types of servicing, testing and repair of the fire protection, detection and emergency lighting equipment, in line with a scheduled programme of works and the Cyclical Testing Maintenance Team's guidance and recommendations. For the fire protection contract (Lot 1), the examples of equipment included in the scope, (but not limited to, are: * passenger lifts, which are designed for use by firefighters or for evacuation in the event of a fire * portable firefighting equipment * dry and wet rising mains, which are used by the fire service in the event of a fire in a building * sprinkler systems Suppliers are expected to respond and complete work orders to a satisfactory standard within specific timescales, provide efficient and accurate paperwork, promptly submit accounts and immediately respond to any complaints received, all to ensure the council remains compliant with all relevant statutory requirements. Lots This services contract is being divided in to two (2) lots. Lot 1 covers the fire protection, and Lot 2 the fire detection element of this contract. Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.",
"awardCriteria": {
"criteria": [
{
"name": "Proposed approach to social value and promoting economic, social and environmental sustainability",
"type": "quality",
"description": "20"
},
{
"name": "Proposed approach to maintaining compliance, organisation of certification/documentation and managing remedial works required",
"type": "quality",
"description": "10"
},
{
"name": "Proposed approach to quality management and managing and prioritising workloads",
"type": "quality",
"description": "10"
},
{
"name": "Proposed approach to business continuity, mobilisation, resourcing and service delivery",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 1786000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract period is for forty-eight (48) months, with options to extend for two (2) periods of up to thirty-six (36) months each. The maximum total contract length is one hundred and twenty (120) months."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "2324-0028 - Testing and Maintenance of Fire Detection and Emergency Lighting (Lot 2)",
"description": "The council is a landlord to around 35,000 council tenants and leaseholders living in homes located across the borough. As a landlord the council is responsible for ensuring the provision of safe and fully operational fire safety and firefighting equipment located on council housing estates and blocks. The council is seeking to appoint two (2) specialist suppliers, one (1) supplier to cover the fire protection element of the contract, which entails firefighting equipment (Lot 1) and another to cover fire detection and emergency lighting (Lot 2), with multi-skilled electricians and engineers to support the in-house team in providing a high-quality service including the internal and external work carried out in residential properties and communal areas. Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.",
"awardCriteria": {
"criteria": [
{
"name": "Proposed approach to social value and promoting economic, social and environmental sustainability",
"type": "quality",
"description": "20"
},
{
"name": "Proposed approach to maintaining compliance, organisation of certification/documentation and managing remedial works required",
"type": "quality",
"description": "10"
},
{
"name": "Proposed approach to health and safety",
"type": "quality",
"description": "10"
},
{
"name": "Proposed approach to quality management and managing and prioritising workloads",
"type": "quality",
"description": "10"
},
{
"name": "Proposed approach to business continuity, mobilisation, resourcing and service delivery",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 2449000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The estimated start date of this contract is October 2024. The initial contract period is for forty-eight (48) months, with options to extend for two (2) periods of up to thirty-six (36) months each. The maximum total contract length is one hundred and twenty (120) months."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
},
{
"scheme": "CPV",
"id": "75251110",
"description": "Fire-prevention services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31620000",
"description": "Sound or visual signalling apparatus"
},
{
"scheme": "CPV",
"id": "75251110",
"description": "Fire-prevention services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=3e41c510-ec39-ef11-812d-005056b64545",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2024-08-05T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2024-08-05T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-08-05T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-112613",
"name": "Islington Council",
"identifier": {
"legalName": "Islington Council"
},
"address": {
"streetAddress": "Islington Town Hall, Upper Street",
"locality": "London",
"region": "UKI",
"postalCode": "N1 2UD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@islington.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=3e41c510-ec39-ef11-812d-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.islington.gov.uk/",
"buyerProfile": "http://www.islington.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-3675",
"name": "Islington Council",
"identifier": {
"legalName": "Islington Council"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-112613",
"name": "Islington Council"
},
"language": "en"
}