Notice Information
Notice Title
Compliance Services
Notice Description
Norwich City Council ((NCC) is seeking to appoint a single contractor to deliver a long-term Compliance Services Contract covering (but not restricted to) statutory inspection, testing, servicing, maintenance, repairs and associated upgrades across its housing stock and communal areas. The scope of services will include, but is not limited to, emergency and communal lighting, fire alarms and detection systems, automatic opening vents, warden call systems, domestic flat entrance door inspections, lateral and rising mains, access control systems, high-rise building ventilation, lightning protection, cold water storage tanks, dry risers, legionella risk assessments, and refuse chute cleaning. NCC reserve the right to include other relevant and appropriate services to this Contract at any time during the term. The Contract will run for an initial term of five years, with the option to extend for up to two further periods of five years each, giving a maximum possible duration of fifteen years using the JCT MTC (2024) form of Contract with a schedule of amendments, and will be awarded to a single Contractor. The estimated total contract value is PS35.1 million inclusive of VAT. The procurement will be conducted under the Open Procedure in line with the Procurement Act 2023 and associated Procurement Regulations 2024, and the contract will be awarded on the basis of the Most Advantageous Tender, using a 60/40 quality to price weighting. The primary CPV code for this procurement is 50710000 (Repair and maintenance services of electrical and mechanical building installations), with additional relevant CPV codes covering specialist workstreams including legionella risk assessments, refuse chute cleaning, fire alarm systems, electrical installations and mechanical engineering works. The services are to be delivered across Norwich and the wider Norfolk area. NCC reserve the right to cancel the procurement and not to proceed with the Contract at any stage of the procurement process. NCC also reserves the right not to award the Contract. Neither NCC nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the Contract.
Lot Information
Lot LOT-0000
Renewal: The Contract will run for an initial term of five years, with the option to extend for up to two further periods of five years each, giving a maximum possible duration of fifteen years.
Planning Information
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=96433&B=
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0567b5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/057139-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
31 - Electrical machinery, apparatus, equipment and consumables; lighting
42 - Industrial machinery
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)
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
09323000 - District heating
31518200 - Emergency lighting equipment
31527260 - Lighting systems
31530000 - Parts of lamps and lighting equipment
31625200 - Fire-alarm systems
42961100 - Access control system
44221220 - Fire doors
45232330 - Erection of aerials
45262660 - Asbestos-removal work
45312320 - Television aerial installation work
45331210 - Ventilation installation work
50324100 - System maintenance services
50413200 - Repair and maintenance services of firefighting equipment
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
51700000 - Installation services of fire protection equipment
71315300 - Building surveying services
90713100 - Consulting services for water-supply and waste-water other than for construction
90918000 - Bin-cleaning services
Notice Value(s)
- Tender Value
- £29,250,000 £10M-£100M
- Lots Value
- £29,250,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Sep 20252 months ago
- Submission Deadline
- 14 Nov 2025Expired
- Future Notice Date
- 5 Sep 2025Expired
- Award Date
- Not specified
- Contract Period
- 1 Apr 2026 - 31 Mar 2031 Over 5 years
- 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
- NORWICH CITY COUNCIL
- Additional Buyers
- Contact Name
- Oli Turnbull, Sharon Hunt
- Contact Email
- oli@echelonconsultancy.co.uk, sharon@echelonconsultancy.co.uk
- Contact Phone
- +44 01707339800, 07903788645
Buyer Location
- Locality
- NORWICH
- Postcode
- NR2 1NH
- Post Town
- Norwich
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH2 Bedfordshire and Hertfordshire
- Small Region (ITL 3)
- TLH27 South West Hertfordshire
- Delivery Location
- TLH15 Norwich and East Norfolk
-
- Local Authority
- St Albans
- Electoral Ward
- Clarence
- Westminster Constituency
- St Albans
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/057139-2025
16th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/043719-2025
29th July 2025 - Preliminary market engagement 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-0567b5-2025-09-16T19:30:29+01:00",
"date": "2025-09-16T19:30:29+01:00",
"ocid": "ocds-h6vhtk-0567b5",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PWRB-7245-GVXQ",
"name": "Norwich City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PWRB-7245-GVXQ"
},
"address": {
"streetAddress": "City Hall, St Peter's Street",
"locality": "Norwich",
"postalCode": "NR2 1NH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH15"
},
"contactPoint": {
"name": "Oli Turnbull",
"email": "oli@echelonconsultancy.co.uk",
"telephone": "+44 01707339800"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.norwich.gov.uk/site/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-05345282",
"name": "Echelon Consultancy Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "05345282"
},
"address": {
"streetAddress": "219a Hatfield Road, St Albans",
"locality": "St Albans",
"postalCode": "AL1 4TB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH23"
},
"contactPoint": {
"name": "Sharon Hunt",
"email": "sharon@echelonconsultancy.co.uk",
"telephone": "07903788645"
},
"roles": [
"procuringEntity",
"processContactPoint"
],
"roleDetails": "Echelon Consultancy Ltd are supporting NCC with the procurement process associated with this opportunity"
}
],
"buyer": {
"id": "GB-PPON-PWRB-7245-GVXQ",
"name": "Norwich City Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=96433&B=",
"dueDate": "2025-08-20T23:59:59Z",
"status": "scheduled"
}
],
"documents": [
{
"id": "043719-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/043719-2025",
"datePublished": "2025-07-29T10:20:32+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "1321",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Compliance Services",
"description": "Norwich City Council ((NCC) is seeking to appoint a single contractor to deliver a long-term Compliance Services Contract covering (but not restricted to) statutory inspection, testing, servicing, maintenance, repairs and associated upgrades across its housing stock and communal areas. The scope of services will include, but is not limited to, emergency and communal lighting, fire alarms and detection systems, automatic opening vents, warden call systems, domestic flat entrance door inspections, lateral and rising mains, access control systems, high-rise building ventilation, lightning protection, cold water storage tanks, dry risers, legionella risk assessments, and refuse chute cleaning. NCC reserve the right to include other relevant and appropriate services to this Contract at any time during the term. The Contract will run for an initial term of five years, with the option to extend for up to two further periods of five years each, giving a maximum possible duration of fifteen years using the JCT MTC (2024) form of Contract with a schedule of amendments, and will be awarded to a single Contractor. The estimated total contract value is PS35.1 million inclusive of VAT. The procurement will be conducted under the Open Procedure in line with the Procurement Act 2023 and associated Procurement Regulations 2024, and the contract will be awarded on the basis of the Most Advantageous Tender, using a 60/40 quality to price weighting. The primary CPV code for this procurement is 50710000 (Repair and maintenance services of electrical and mechanical building installations), with additional relevant CPV codes covering specialist workstreams including legionella risk assessments, refuse chute cleaning, fire alarm systems, electrical installations and mechanical engineering works. The services are to be delivered across Norwich and the wider Norfolk area. NCC reserve the right to cancel the procurement and not to proceed with the Contract at any stage of the procurement process. NCC also reserves the right not to award the Contract. Neither NCC nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the Contract.",
"items": [
{
"id": "LOT-0000",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "09323000",
"description": "District heating"
},
{
"scheme": "CPV",
"id": "31518200",
"description": "Emergency lighting equipment"
},
{
"scheme": "CPV",
"id": "31527260",
"description": "Lighting systems"
},
{
"scheme": "CPV",
"id": "31530000",
"description": "Parts of lamps and lighting equipment"
},
{
"scheme": "CPV",
"id": "31625200",
"description": "Fire-alarm systems"
},
{
"scheme": "CPV",
"id": "42961100",
"description": "Access control system"
},
{
"scheme": "CPV",
"id": "44221220",
"description": "Fire doors"
},
{
"scheme": "CPV",
"id": "45232330",
"description": "Erection of aerials"
},
{
"scheme": "CPV",
"id": "45262660",
"description": "Asbestos-removal work"
},
{
"scheme": "CPV",
"id": "45312320",
"description": "Television aerial installation work"
},
{
"scheme": "CPV",
"id": "45331210",
"description": "Ventilation installation work"
},
{
"scheme": "CPV",
"id": "50324100",
"description": "System maintenance services"
},
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "50712000",
"description": "Repair and maintenance services of mechanical building installations"
},
{
"scheme": "CPV",
"id": "51700000",
"description": "Installation services of fire protection equipment"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "90713100",
"description": "Consulting services for water-supply and waste-water other than for construction"
},
{
"scheme": "CPV",
"id": "90918000",
"description": "Bin-cleaning services"
}
],
"deliveryAddresses": [
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0000"
}
],
"value": {
"amountGross": 35100000,
"amount": 29250000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "LOT-0000",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00Z",
"endDate": "2031-03-31T23:59:59Z",
"maxExtentDate": "2041-03-31T23:59:59Z"
},
"status": "active",
"value": {
"amountGross": 35100000,
"amount": 29250000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "List of method statement questions included in the tender documents",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Pricing schedule and framework included in the tender documents",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The legal and financial capacity conditions of participation are outlined in the tender documents"
},
{
"type": "technical",
"description": "The technical ability conditions of participation are outlined in the tender documents"
}
]
},
"hasRenewal": true,
"renewal": {
"description": "The Contract will run for an initial term of five years, with the option to extend for up to two further periods of five years each, giving a maximum possible duration of fifteen years."
}
}
],
"communication": {
"futureNoticeDate": "2025-09-05T23:59:59Z"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"additionalProcurementCategories": [
"works"
],
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=97786&B=",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-11-14T12:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2025-11-07T17:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-01-21T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "057139-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/057139-2025",
"datePublished": "2025-09-16T19:30:29+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "As set out in the procurement documents"
},
"riskDetails": "As set out in the procurement documents"
},
"language": "en"
}