Tender

2324-0028 Testing and Maintenance of Fire Protection, Fire Detection and Emergency Lighting

ISLINGTON COUNCIL

This public procurement record has 1 release in its history.

Tender

04 Jul 2024 at 14:55

Summary of the contracting process

Islington Council has issued a tender for the provision of testing and maintenance services for fire protection, fire detection, and emergency lighting. The tender is divided into two lots, with one supplier to cover fire protection and another for fire detection services. The contract duration is 48 months, with options to extend for up to 120 months. The deadline for submission is 5th August 2024.

This procurement process presents an opportunity for specialist suppliers in the repair and maintenance services of firefighting equipment and fire-prevention services. Businesses with expertise in providing fire safety services, particularly in testing and maintenance, would be well-suited to compete for this tender. Islington Council is looking for suppliers who can demonstrate a strong commitment to social value, compliance, quality management, and business continuity in delivering these critical services.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-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"
}