Notice Information
Notice Title
Fire Detection, Alarm Systems, Automatic Sprinkler and PAVA systems at the RRF
Notice Description
The fire alarm, detection system and PAVA system will be maintained in accordance with BS5839-1:2022, which serves as the Code of Practice for the design, installation, commissioning, and maintenance of fire detection and alarm systems in buildings. This standard specifies the requirements for servicing and maintaining fire protection systems. Compliance with these requirements ensures the installed systems remain fully aligned with the current standards, preserving the validity and continuity of certificates of conformity, as well as any associated third-party or insurance accreditations and approvals.
Procurement Information
Since these systems are classified as a closed system, it is extremely difficult for alternative suppliers to undertake their maintenance.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-051995
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/034183-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK5 - Transparency Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Direct
- Procurement Method Details
- Direct award
- Tender Suitability
- SME
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
48 - Software package and information systems
50 - Repair and maintenance services
-
- CPV Codes
31625100 - Fire-detection systems
31625200 - Fire-alarm systems
48952000 - Public address systems
50800000 - Miscellaneous repair and maintenance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £369,253 £100K-£500K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Jun 20258 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 20 May 20259 months ago
- Contract Period
- 31 May 2025 - 20 May 2028 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Cancelled
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDONENERGY LTD
- Additional Buyers
- Contact Name
- Heather Salvador
- Contact Email
- heather.salvador@londonenergyltd.com
- Contact Phone
- +447342714898
Buyer Location
- Locality
- LONDON
- Postcode
- N18 3AG
- Post Town
- North London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI5 Outer London - East and North East
- Small Region (ITL 3)
- TLI54 Enfield
- Delivery Location
- Not specified
-
- Local Authority
- Enfield
- Electoral Ward
- Edmonton Green
- Westminster Constituency
- Edmonton and Winchmore Hill
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/034183-2025
20th June 2025 - Procurement termination notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/023509-2025
20th May 2025 - Transparency notice on Find a Tender
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-051995-2025-06-20T16:41:18+01:00",
"date": "2025-06-20T16:41:18+01:00",
"ocid": "ocds-h6vhtk-051995",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-02732548",
"name": "LONDONENERGY LTD",
"identifier": {
"scheme": "GB-COH",
"id": "02732548"
},
"address": {
"streetAddress": "Ecopark, Advent Way",
"locality": "London",
"postalCode": "N18 3AG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI54"
},
"contactPoint": {
"name": "Heather Salvador",
"email": "heather.salvador@londonenergyltd.com",
"telephone": "+447342714898"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-01952517",
"name": "Tyco Fire & Integrated Solutions Limited",
"identifier": {
"scheme": "GB-COH",
"id": "01952517"
},
"address": {
"streetAddress": "Grimshaw Lane",
"locality": "Manchester",
"postalCode": "M40 2WL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD33"
},
"contactPoint": {
"email": "ian.deeley@jci.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false
}
}
],
"buyer": {
"id": "GB-COH-02732548",
"name": "LONDONENERGY LTD"
},
"tender": {
"id": "ocds-h6vhtk-051995",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Fire Detection, Alarm Systems, Automatic Sprinkler and PAVA systems at the RRF",
"description": "The fire alarm, detection system and PAVA system will be maintained in accordance with BS5839-1:2022, which serves as the Code of Practice for the design, installation, commissioning, and maintenance of fire detection and alarm systems in buildings. This standard specifies the requirements for servicing and maintaining fire protection systems. Compliance with these requirements ensures the installed systems remain fully aligned with the current standards, preserving the validity and continuity of certificates of conformity, as well as any associated third-party or insurance accreditations and approvals.",
"status": "complete",
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"procurementMethodRationale": "Since these systems are classified as a closed system, it is extremely difficult for alternative suppliers to undertake their maintenance.",
"procurementMethodRationaleClassifications": [
{
"id": "singleSuppliersUniqueWorkArtPerformance"
},
{
"id": "singleSuppliersTechnicalReasons"
},
{
"id": "additionalRepeatExtensionPartialReplacement"
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"type": "closed"
}
},
"lots": [
{
"id": "1",
"status": "complete",
"suitability": {
"sme": true
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "034183-2025",
"documentType": "tenderCancellationNotice",
"noticeType": "UK12",
"description": "Procurement termination notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/034183-2025",
"datePublished": "2025-06-20T16:41:18+01:00",
"format": "text/html"
}
]
},
"awards": [
{
"id": "1",
"status": "cancelled",
"value": {
"amountGross": 369253.51,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-01952517",
"name": "Tyco Fire & Integrated Solutions Limited"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31625100",
"description": "Fire-detection systems"
},
{
"scheme": "CPV",
"id": "31625200",
"description": "Fire-alarm systems"
},
{
"scheme": "CPV",
"id": "48952000",
"description": "Public address systems"
},
{
"scheme": "CPV",
"id": "50800000",
"description": "Miscellaneous repair and maintenance services"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2025-06-01T00:00:00+01:00",
"endDate": "2028-05-20T23:59:59+01:00"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "023509-2025",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/023509-2025",
"datePublished": "2025-05-20T21:00:03+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-06-01T23:59:59+01:00",
"status": "scheduled"
}
],
"statusDetails": "This notice was published with the assumption that the same scope of works under a new contract with the same supplier would apply under the Procurement Act 2023. However, the contract, originally signed for a one-year term on 27th March 2024 and under the public procurement threshold, was governed by the Public Contracts Regulations 2015 (PCR 2015). The three year extension of the contract over the public procurement threshold was also based on PCR 2015. According to the Procurement Act (Commencement No. 3 and Transitional and Saving Provisions) Regulations 2024, contracts entered into or for which the procurement commenced before the go-live date will continue to be governed by PCR 2015 and will be managed and modified according to those regulations.",
"finalStatusDate": "2025-03-26T00:00:00Z"
}
],
"language": "en"
}