Award

APX003 Fire Alarm Servicing Contract

APEX HOUSING ASSOCIATION

This public procurement record has 3 releases in its history.

Award

03 Apr 2026 at 14:21

Award

10 Dec 2025 at 16:49

Tender

08 Aug 2025 at 14:14

Summary of the contracting process

Apex Housing Association, a sub-central government public authority located in Londonderry, United Kingdom, facilitated a tender process for a Fire Alarm Servicing Contract across its various residential properties. This procurement, under the selective competitive procedure, covered services in repairing, maintaining, and installing fire protection, alarm and security system components. The association required capable contractors to carry out periodic servicing and minor repairs in accordance with applicable standards and legislation. This award was completed on 3rd April 2026, granting a contract period from 11th March 2026 to 11th January 2028, with an optional renewal of twelve months. Dalkia Scotshield Limited, an SME based in Glasgow, was identified as the supplier within the service category, under a contract valued at £685,000 gross. The awarded contract underscores the need for maintaining system functionality and ensuring statutory compliance across multiple sites.

The tender offers substantial business growth opportunities for enterprises specialising in fire alarm and security system servicing. Companies with expertise in electrical and mechanical building installations, fire protection equipment, and security materials repair and maintenance are well-positioned to enter such contracts. The selective nature of the procurement method emphasises the importance of demonstrating high-quality service delivery and resource management, which can enhance reputation and potentially lead to future contracts. SMEs like Dalkia Scotshield Limited, standing out due to their technical proficiency and competitive pricing, are optimal contenders in this realm, particularly in meeting the service standards set by organisations such as Apex Housing Association. Opportunities for long-term engagement through contract extensions further bolster regional business stability and growth.

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

Notice Title

APX003 Fire Alarm Servicing Contract

Notice Description

Apex Housing Association (the Client) manages a wide portfolio of buildings including general needs housing, supported living schemes, and sheltered housing developments across multiple locations. These buildings typically include communal areas, individual dwellings, staff areas, offices, and plant rooms. The alarm and security installations across the sites include the following, Fire alarm Warden/Nurse Call Access Control Automated Doors Intruder alarm CCTV Personal Attack Alarm Disabled Refuge The installations include both landlord and domestic systems and are of varying ages, manufacturers, and configurations. Fire alarm systems in Apex properties include a mix of conventional, addressable, domestic-type interlinked alarms, and hybrid systems. Some properties include multiple systems installed in different parts of the building. Systems may be integrated with ancillary services such as door access, AOV / smoke ventilation, warden call, passenger lifts, or staff call alarms. The Client requires a competent and experienced fire alarm maintenance Contractor to carry out periodic servicing, inspection, testing, and minor repairs of all alarm and security systems as listed within these documents. This shall be carried out in accordance with applicable standards, legislation and manufacturers' guidance to ensure continued functionality, reliability and statutory compliance of each system. The appointed Contractor shall provide a full programmed maintenance regime covering all equipment forming part of the alarm and security systems. Maintenance shall include all system components

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-058465
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/031204-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

51 - Installation services (except software)


CPV Codes

50600000 - Repair and maintenance services of security and defence materials

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

51700000 - Installation services of fire protection equipment

Notice Value(s)

Tender Value
£750,000 £500K-£1M
Lots Value
£750,000 £500K-£1M
Awards Value
£243,066 £100K-£500K
Contracts Value
£685,000 £500K-£1M

Notice Dates

Publication Date
3 Apr 20263 weeks ago
Submission Deadline
26 Aug 2025Expired
Future Notice Date
Not specified
Award Date
10 Dec 20254 months ago
Contract Period
11 Mar 2026 - 11 Jan 2028 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
APEX HOUSING ASSOCIATION
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDONDERRY
Postcode
BT48 6HL
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN0A Derry City and Strabane
Delivery Location
Not specified

Local Authority
Derry City and Strabane
Electoral Ward
City Walls
Westminster Constituency
Foyle

Supplier Information

Number of Suppliers
1
Supplier Name

DALKIA SCOTSHIELD

Further Information

Notice Documents

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-058465-2026-04-03T15:21:34+01:00",
    "date": "2026-04-03T15:21:34+01:00",
    "ocid": "ocds-h6vhtk-058465",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-NP000125",
            "name": "APEX HOUSING ASSOCIATION",
            "identifier": {
                "scheme": "GB-COH",
                "id": "NP000125"
            },
            "address": {
                "streetAddress": "APEX HOUSING ASSOCIATION 10 Butcher Street",
                "locality": "LONDONDERRY",
                "postalCode": "BT48 6HL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0A"
            },
            "contactPoint": {
                "email": "Procurement@apex.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PGVD-2259-CJZQ"
                }
            ]
        },
        {
            "id": "GB-COH-SC133446",
            "name": "DALKIA SCOTSHIELD LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "SC133446"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNXP-5718-CJYH"
                }
            ],
            "address": {
                "streetAddress": "1 Rutherglen Links",
                "locality": "Glasgow",
                "postalCode": "G73 1DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKM95"
            },
            "contactPoint": {
                "email": "salesadmin.mts@dalkia.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.dalkia.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-NP000125",
        "name": "APEX HOUSING ASSOCIATION"
    },
    "tender": {
        "id": "APX003",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "APX003 Fire Alarm Servicing Contract",
        "description": "Apex Housing Association (the Client) manages a wide portfolio of buildings including general needs housing, supported living schemes, and sheltered housing developments across multiple locations. These buildings typically include communal areas, individual dwellings, staff areas, offices, and plant rooms. The alarm and security installations across the sites include the following, Fire alarm Warden/Nurse Call Access Control Automated Doors Intruder alarm CCTV Personal Attack Alarm Disabled Refuge The installations include both landlord and domestic systems and are of varying ages, manufacturers, and configurations. Fire alarm systems in Apex properties include a mix of conventional, addressable, domestic-type interlinked alarms, and hybrid systems. Some properties include multiple systems installed in different parts of the building. Systems may be integrated with ancillary services such as door access, AOV / smoke ventilation, warden call, passenger lifts, or staff call alarms. The Client requires a competent and experienced fire alarm maintenance Contractor to carry out periodic servicing, inspection, testing, and minor repairs of all alarm and security systems as listed within these documents. This shall be carried out in accordance with applicable standards, legislation and manufacturers' guidance to ensure continued functionality, reliability and statutory compliance of each system. The appointed Contractor shall provide a full programmed maintenance regime covering all equipment forming part of the alarm and security systems. Maintenance shall include all system components",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50710000",
                        "description": "Repair and maintenance services of electrical and mechanical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50600000",
                        "description": "Repair and maintenance services of security and defence materials"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 900000,
            "amount": 750000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This is a competitive flexible procedure under the Procurement act utilising two stages. Stage 1: Participation stage At this stage, suppliers are required to submit a Procurement Specific Questionnaire (PSQ). Tenderers must complete DOC 03 PSQ Part 1, Part 1B and Part 2. Tenderers who meet the conditions of participation will have their Doc 03 PSQ Part 2 Technical Question Response assessed. This contains one question - D-01 Experience in Project Delivery. The six (6) highest scoring suppliers who meet the minimum conditions of participation will be invited to proceed to Stage 2. In the event of a tie for sixth place, all suppliers with the same score as the sixth-highest ranked supplier will be invited to tender. This stage is for shortlisting purposes only. No contract award decision will be made at the conclusion of Stage 1. Stage 2: Invitation to Tender (ITT) Shortlisted suppliers will be invited to submit a full tender, which will be evaluated on the basis of the Most Advantageous Tender (MAT). Tenders will be assessed against both quality and cost, using the following proposed weightings: Quality: 60 percent Management Arrangements for Service Delivery: 30 percent Resource Management: 20 percent Social Value: 10 percent Price: 40 percent Full details of the evaluation criteria -- including the specific questions, character limits, and pricing schedule -- will be provided within the Stage 2 ITT documentation issued to shortlisted suppliers. The estimated value, excluding VAT is PS150k P/A. The contract is expected to be let under a recognised standard form appropriate for term service arrangements. Further details will be issued at tender stage, but the following general provisions are anticipated: Contract form: to be NEC4 Term Service Contract (TSC) or other form as specified. Duration: 3 Years with possible extension of 2 years (3+2)"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://etendersni.gov.uk/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-09-02T23:59:59+01:00",
        "enquiryPeriod": {
            "endDate": "2025-08-26T23:59:59+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-11-17T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 900000,
                    "amount": 750000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Part 2 Technical Question",
                            "description": "One question - Scored out of 5 D-01 - Experience in project delivery.",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Technical question - scored out of 5.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2025-12-01T00:00:00+00:00",
                    "endDate": "2028-11-30T23:59:59+00:00",
                    "maxExtentDate": "2030-11-30T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Possible extension of 2 years."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "047350-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/047350-2025",
                "datePublished": "2025-08-08T15:14:38+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Alarm Servicing and Maintenance Contract",
            "status": "active",
            "date": "2025-12-10T00:00:00Z",
            "value": {
                "amountGross": 291679.98,
                "amount": 243066.65,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-SC133446",
                    "name": "DALKIA SCOTSHIELD LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50600000",
                            "description": "Repair and maintenance services of security and defence materials"
                        },
                        {
                            "scheme": "CPV",
                            "id": "50710000",
                            "description": "Repair and maintenance services of electrical and mechanical building installations"
                        },
                        {
                            "scheme": "CPV",
                            "id": "51700000",
                            "description": "Installation services of fire protection equipment"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKN",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKN",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-19T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-01-19T00:00:00Z",
                "endDate": "2029-01-18T23:59:59Z",
                "maxExtentDate": "2031-01-18T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Additional two years"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "081693-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/081693-2025",
                    "datePublished": "2025-12-10T16:49:52Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-10T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-05T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "active",
            "period": {
                "startDate": "2026-03-11T00:00:00Z",
                "endDate": "2028-01-11T23:59:59Z",
                "maxExtentDate": "2029-01-11T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "2 year initial contract with one optional 12 month extension (2+1)."
            },
            "value": {
                "amountGross": 685000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-03-11T00:00:00Z",
            "noAgreedMetricsRationale": "Contract below PS5m",
            "documents": [
                {
                    "id": "031204-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/031204-2026",
                    "datePublished": "2026-04-03T15:21:34+01:00",
                    "format": "text/html"
                }
            ]
        }
    ]
}