Tender

Three Year Contract for Servicing, Maintenance and Reactive Repairs for Fire Detection Systems and Emergency Lighting

LINK GROUP LTD

This public procurement record has 2 releases in its history.

TenderUpdate

03 Feb 2025 at 14:09

Tender

07 Jan 2025 at 16:50

Summary of the contracting process

Link Group Ltd, in collaboration with Horizon Housing Association Limited, Larkfield Housing Association, and West Highland Housing Association, has initiated a procurement process for a three-year contract for the servicing, maintenance, and reactive repairs of fire detection systems and emergency lighting. This tender, classified under the industry category "Repair and maintenance services of building installations" (CPV code: 50700000), is located throughout the Central Belt of Scotland. The procurement process is currently at the tender stage, with an updated submission deadline set for 13th February 2025 at 12:00 PM. The minimum time frame during which the tenderer must maintain the tender has also been extended to 14th May 2025. The contract value is estimated at £1,850,000 GBP, and there is potential for renewal for up to two further years at an annual value of £370,000 GBP excluding VAT.

This tender provides significant opportunities for businesses specialising in building maintenance and repair services, particularly those with experience in fire safety systems and emergency lighting. Suppliers who meet the selection criteria, which include NICEIC or SELECT membership and a minimum general yearly turnover of £740,000 GBP for the last two years, are well-suited to compete. Companies with proven expertise in servicing systems such as fire alarms, emergency lighting, and sprinkler systems, and those capable of providing high-quality service as evidenced by well-documented past projects, will find this tender conducive to business growth. The tender's procurement method follows an open procedure, allowing electronic submissions, ensuring broader participation and streamlined communication.

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

Three Year Contract for Servicing, Maintenance and Reactive Repairs for Fire Detection Systems and Emergency Lighting

Notice Description

Link Group are seeking a single contractor to provide a planned preventative maintenance regime service, ensuring all existing properties are compliant with current and future regulations for the following systems: - Dry Risers - Wet Risers - Emergency Lighting Systems - Fire Alarms and Detector Systems - Fire Extinguishers and Fire Blankets - Smoke Vent Systems - Sprinkler Systems - Fire Hydrants - Intruder Alarms - Mist Systems

Lot Information

Lot 1

Single Stage Tendering in accordance with Regulations 28 (Open Procedure) of the Public Contracts (Scotland) Regulations 2015. Additional information: Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. SPD Question 2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for each subcontractor.

Renewal: May take up option of twelve month extensions up to a maximum of two further years (2028-2030) at an estimated value 370000 GBP (excluding VAT) per annum. The estimated annual value of the contract is 370000 GBP excluding VAT.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04ce03
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003477-2025
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

35 - Security, fire-fighting, police and defence equipment

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

51 - Installation services (except software)

75 - Administration, defence and social security services


CPV Codes

31518200 - Emergency lighting equipment

31625100 - Fire-detection systems

31625200 - Fire-alarm systems

35111300 - Fire extinguishers

35111500 - Fire suppression system

35111520 - Fire suppression foam or similar compounds

39525400 - Fire blankets

44115500 - Sprinkler systems

44165200 - Risers

44482200 - Fire hydrants

45312100 - Fire-alarm system installation work

45343000 - Fire-prevention installation works

45343230 - Sprinkler systems installation work

50413200 - Repair and maintenance services of firefighting equipment

50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment

50700000 - Repair and maintenance services of building installations

50710000 - Repair and maintenance services of electrical and mechanical building installations

50711000 - Repair and maintenance services of electrical building installations

50712000 - Repair and maintenance services of mechanical building installations

51100000 - Installation services of electrical and mechanical equipment

51700000 - Installation services of fire protection equipment

75251110 - Fire-prevention services

Notice Value(s)

Tender Value
£1,850,000 £1M-£10M
Lots Value
£1,850,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Feb 20251 years ago
Submission Deadline
6 Feb 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
2027 at the earliest if the optional 12 month extensions are not applied

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LINK GROUP LTD
Additional Buyers

HORIZON HOUSING ASSOCIATION LIMITED

LARKFIELD HOUSING ASSOCIATION

WEST HIGHLAND HOUSING ASSOCIATION

Contact Name
Steven Gallagher
Contact Email
info@larkfieldha.org.uk, mail@westhighlandha.co.uk, rob.ormston@horizonhousing.org, steven.gallagher@curb.scot
Contact Phone
+44 1475630930, +44 1631566451, +44 3451400100, +44 7784239374

Buyer Location

Locality
EDINBURGH
Postcode
EH14 1RL
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM2 Highlands and Islands
Small Region (ITL 3)
TLM20 Highlands and Islands
Delivery Location
TLM7 Eastern Scotland, TLM8 West Central Scotland, TLM9 Southern Scotland

Local Authority
Argyll and Bute
Electoral Ward
Oban South and the Isles
Westminster Constituency
Argyll, Bute and South Lochaber

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-04ce03-2025-02-03T14:09:11Z",
    "date": "2025-02-03T14:09:11Z",
    "ocid": "ocds-h6vhtk-04ce03",
    "description": "SPD, Part IV Section C 'Technical and Professional Ability' will be scored on a pass or fail basis using the following scoring methodology; 0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. A Tenderer which scores '0 - Unacceptable' against any question will be disqualified. 1 - Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 - Very Good - Response is largely relevant and very good. The response demonstrates a very good understanding of the requirements and provides adequate details on how the requirements will be fulfilled. 5 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. A Tenderer will be required to achieve a minimum score of 2 against each Question within Part C, i.e. a score of 2 or greater shall represent a Pass whereas a score of 1 or lower will represent a Fail. Link Group will disregard, and not evaluate the remainder of a Tenderers bid should the Tenderer fail to achieve the minimum score of 2 (a Pass) against any of the Questions included with Part C NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=785934. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:785934) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=785934",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04ce03",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Three Year Contract for Servicing, Maintenance and Reactive Repairs for Fire Detection Systems and Emergency Lighting",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50700000",
            "description": "Repair and maintenance services of building installations"
        },
        "mainProcurementCategory": "services",
        "description": "Link Group are seeking a single contractor to provide a planned preventative maintenance regime service, ensuring all existing properties are compliant with current and future regulations for the following systems: - Dry Risers - Wet Risers - Emergency Lighting Systems - Fire Alarms and Detector Systems - Fire Extinguishers and Fire Blankets - Smoke Vent Systems - Sprinkler Systems - Fire Hydrants - Intruder Alarms - Mist Systems",
        "value": {
            "amount": 1850000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Single Stage Tendering in accordance with Regulations 28 (Open Procedure) of the Public Contracts (Scotland) Regulations 2015. Additional information: Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. SPD Question 2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for each subcontractor.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 1850000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "May take up option of twelve month extensions up to a maximum of two further years (2028-2030) at an estimated value 370000 GBP (excluding VAT) per annum. The estimated annual value of the contract is 370000 GBP excluding VAT."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44165200",
                        "description": "Risers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625100",
                        "description": "Fire-detection systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625200",
                        "description": "Fire-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111300",
                        "description": "Fire extinguishers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111500",
                        "description": "Fire suppression system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111520",
                        "description": "Fire suppression foam or similar compounds"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45312100",
                        "description": "Fire-alarm system installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343000",
                        "description": "Fire-prevention installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50413200",
                        "description": "Repair and maintenance services of firefighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75251110",
                        "description": "Fire-prevention services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39525400",
                        "description": "Fire blankets"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31518200",
                        "description": "Emergency lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44115500",
                        "description": "Sprinkler systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343230",
                        "description": "Sprinkler systems installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44482200",
                        "description": "Fire hydrants"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50710000",
                        "description": "Repair and maintenance services of electrical and mechanical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50712000",
                        "description": "Repair and maintenance services of mechanical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50532000",
                        "description": "Repair and maintenance services of electrical machinery, apparatus and associated equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50711000",
                        "description": "Repair and maintenance services of electrical building installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM8"
                    },
                    {
                        "region": "UKM7"
                    },
                    {
                        "region": "UKM9"
                    }
                ],
                "deliveryLocation": {
                    "description": "Throughout Central Belt of Scotland"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "https://www.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "NICEIC or SELECT membership",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum 'general' yearly turnover of 740000 GBP for the last two years or have an average yearly turnover of a minimum of 740000 GBP for the last two years. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances indicated below: Employer's (Compulsory) Liability Insurance - 5,000,000 GBP Public Liability Insurance - 5,000,000 GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Bidders must be able to provide two examples of similar Servicing, Maintenance and Reactive Repairs services similar to the requirements of Link Group undertaken during the last three years that demonstrate that they have the relevant experience to deliver the services/supplies for the following services; - Dry Risers - Wet Risers - Emergency Lighting Systems - Fire Alarms and Detector Systems - Fire Extinguishers and Fire Blankets - Smoke Vent Systems - Sprinkler Systems - Fire Hydrants - Intruder Alarms - Mist Systems",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "The Contract Performance Conditions are described within Tender Document A 'ITT and Quality Questionnaire' and Tender Document B 'Price Schedule' provided with the Contract Notice",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-02-06T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-05-07T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2025-02-06T12:00:00Z"
        },
        "bidOpening": {
            "date": "2025-02-06T12:00:00Z"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2027 at the earliest if the optional 12 month extensions are not applied"
        },
        "amendments": [
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-02-06T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-02-13T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-05-07"
                        },
                        "newValue": {
                            "date": "2025-05-14"
                        },
                        "where": {
                            "section": "IV.2.6",
                            "label": "Minimum time frame during which the tenderer must maintain the tender"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-02-06T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-02-13T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "To allow bidders additional time to take account of the TUPE information provided by the incumbent contractor and incorporate within their tender offer."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-134252",
            "name": "Link Group Ltd",
            "identifier": {
                "legalName": "Link Group Ltd"
            },
            "address": {
                "streetAddress": "Link House, 2C New Mart Road",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH14 1RL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Steven Gallagher",
                "telephone": "+44 3451400100",
                "email": "steven.gallagher@curb.scot",
                "url": "https://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.linkhousing.org.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "Registered Social Landlord"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "06",
                        "description": "Housing and community amenities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4914",
            "name": "Horizon Housing Association Limited",
            "identifier": {
                "legalName": "Horizon Housing Association Limited"
            },
            "address": {
                "streetAddress": "Leving House, Fairbairn Place",
                "locality": "Livingston",
                "region": "UKM78",
                "postalCode": "EH54 6TN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7784239374",
                "email": "rob.ormston@horizonhousing.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.horizonhousing.org/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12122"
            }
        },
        {
            "id": "GB-FTS-4923",
            "name": "Larkfield Housing Association",
            "identifier": {
                "legalName": "Larkfield Housing Association"
            },
            "address": {
                "streetAddress": "14 Lothian Road",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA16 0PG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1475630930",
                "email": "info@larkfieldha.org.uk",
                "faxNumber": "+44 1475636111"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.larkfieldha.org.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17004"
            }
        },
        {
            "id": "GB-FTS-4974",
            "name": "West Highland Housing Association",
            "identifier": {
                "legalName": "West Highland Housing Association"
            },
            "address": {
                "streetAddress": "Crannog Lane",
                "locality": "Oban",
                "region": "UKM63",
                "postalCode": "PA34 4HB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1631566451",
                "email": "mail@westhighlandha.co.uk",
                "faxNumber": "+44 1631565711"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.westhighlandha.co.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16202"
            }
        },
        {
            "id": "GB-FTS-30814",
            "name": "A.D.A Construction Consultants",
            "identifier": {
                "legalName": "A.D.A Construction Consultants"
            },
            "address": {
                "streetAddress": "Pavilion 3, St James Business Park, Linwood Road",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA3 3BB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Alan Shanks",
                "telephone": "+44 1418160184",
                "email": "alan.shanks@ada-cc.co.uk"
            },
            "roles": [
                "processContactPoint"
            ],
            "details": {
                "url": "https://www.publiccontractsscotland.gov.uk"
            }
        },
        {
            "id": "GB-FTS-134253",
            "name": "Edinburgh Sheriff Court and Justice of Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of Peace Court"
            },
            "address": {
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-134252",
        "name": "Link Group Ltd"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000785934"
        }
    ],
    "language": "en"
}