Notice Information
Notice Title
Fire Door Entry Surveys
Notice Description
Trent & Dove Housing is seeking to appoint a suitably qualified and accredited Contractor to deliver a programme of fire door entry surveys across its residential housing stock, comprising approximately 6,300 properties including houses, flats, and sheltered schemes. The contract will involve undertaking systematic fire door inspections within occupied dwellings and communal areas to assess condition, compliance, and performance against current fire safety legislation and standards, including the Fire Safety (England) Regulations 2022 (Regulation 10), Approved Document B, and relevant British Standards. The scope includes, but is not limited to: Inspection and assessment of fire doors and associated components (including frames, seals, ironmongery and glazing); Measurement of door gaps and tolerances; Identification and classification of defects and non-compliances; Provision of evidence-based recommendations for remedial works; Capture of photographic and survey data; Submission of structured digital survey outputs via the Client's compliance management system (C365). The Contractor will also be required to: Undertake resident liaison and manage access arrangements within occupied properties; Carry out immediate make-safe actions where urgent fire safety risks are identified; Ensure all works are completed safely and in compliance with CDM Regulations and asbestos management requirements; Deliver accurate, auditable data to support the Client's statutory compliance and asset management duties. The contract will be delivered as a programme of works issued in batches, with no guarantee of volumes, and performance will be monitored against defined KPIs. The initial contract period is expected to be up to five years, with an indicative total value of PS400,000, subject to annual budget approval and programme requirements.
Lot Information
Lot 1
Options: The Contracting Authority reserves the right to instruct additional works and services during the Contract Period where these are within the scope of the Contract. This may include, but is not limited to, additional fire door entry surveys, re-inspections, follow-up visits, and associated services such as minor remedial works or replacements where identified through survey findings. Orders for such works will be issued on a call-off basis in accordance with the Contract, with no guarantee of volume. The extent and value of these options will be dependent on operational requirements, programme changes, and available budgets.
Renewal: The Contract will be awarded for an initial term of three (3) years. The Contracting Authority reserves the option to extend the Contract by up to a maximum of two (2) further periods of twelve (12) months each, giving a maximum potential Contract duration of five (5) years. Any extension will be exercised at the sole discretion of the Contracting Authority and will be subject to satisfactory contractor performance, continued business need and the availability of funding.
Planning Information
Interested suppliers are invited to participate in this Pre-Market Engagement (PME) exercise by reviewing and completing the PME Questionnaire provided with this notice. The purpose of this engagement is to gather supplier insight, innovation, and feedback to help Trent & Dove Housing shape the upcoming Fire Door Entry Surveys, Maintenance, and Installation procurement. This exercise aims to understand market capacity, delivery challenges, and innovative approaches to ensure that the future procurement reflects best practice, promotes competition, and delivers high-quality compliance outcomes for residents. Suppliers should: Download and complete the PME Questionnaire attached to this notice. Submit their completed response by email to lewis.pavey@trentanddove.org, clearly marked “PME Response – Fire Door Entry Surveys - ID664”. Ensure responses are submitted by the stated closing date. All information gathered will be used solely to inform the future procurement approach, specification, and performance measures. Participation in this PME is for market research purposes only and does not constitute a formal tender or pre-qualification process. Trent & Dove Housing may use the feedback received to refine its requirements, evaluation approach, and performance expectations. Suppliers who engage in this PME will not be advantaged or disadvantaged in any subsequent tender process.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05d33f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035422-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Below threshold - open competition
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45421100 - Installation of doors and windows and related components
71315400 - Building-inspection services
71317000 - Hazard protection and control consultancy services
71631300 - Technical building-inspection services
Notice Value(s)
- Tender Value
- £333,333 £100K-£500K
- Lots Value
- £333,333 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Apr 20265 days ago
- Submission Deadline
- 24 Apr 2026Expired
- Future Notice Date
- 12 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 2 Nov 2026 - 31 Oct 2029 2-3 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
- TRENT AND DOVE HOUSING
- Additional Buyers
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BURTON-ON-TRENT
- Postcode
- DE14 1BL
- Post Town
- Derby
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG1 Herefordshire, Worcestershire and Warwickshire
- Small Region (ITL 3)
- TLG13 Warwickshire CC
- Delivery Location
- TLF East Midlands (England)
-
- Local Authority
- Warwick
- Electoral Ward
- Kenilworth St John's
- Westminster Constituency
- Kenilworth and Southam
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/035422-2026
19th April 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/024971-2026
19th March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/068135-2025
24th October 2025 - Preliminary market engagement notice on Find a Tender -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638029
Document 1 Info Instr (ID664) -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638031
Document 3 - Preliminaries -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638032
Document 4 - Specification -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638034
Document 5a - JCT MTC Draft -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638035
Document 5b - amendments -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638038
Document 9 - Pre construction -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638039
Appendix 1 - Asbestos procedures -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638042
Appendix 3: Code of conduct -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638043
Appendix 4 - Modern Slavery -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638044
Appendix D - Financial assessment -
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638046
ID664 - Questions and answers
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-05d33f-2026-04-19T17:20:42+01:00",
"date": "2026-04-19T17:20:42+01:00",
"ocid": "ocds-h6vhtk-05d33f",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-IP030668",
"name": "Trent and Dove Housing",
"identifier": {
"scheme": "GB-COH",
"id": "IP030668"
},
"address": {
"streetAddress": "Trinity Square",
"locality": "Burton-on-Trent",
"postalCode": "DE14 1BL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG24"
},
"contactPoint": {
"name": "Lewis Pavey",
"email": "lewis.pavey@trentanddove.org"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.trentanddove.org/",
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
}
]
}
},
{
"id": "GB-COH-11744670",
"name": "GBS Procure Limited",
"identifier": {
"scheme": "GB-COH",
"id": "11744670"
},
"address": {
"streetAddress": "10 Blackthorn Road",
"locality": "Kenilworth",
"postalCode": "CV8 2DS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG13"
},
"contactPoint": {
"name": "Lewis Pavey",
"email": "lewis.pavey@gbsprocure.com"
},
"roles": [
"procuringEntity"
],
"roleDetails": "GBS Procure Limited act as the contracting authority's external procurement team, managing this procurement on their behalf, including preparation, tendering, moderating evaluation, and award in full compliance with applicable procurement regulations.",
"details": {
"url": "http://www.gbsprocure.com/."
}
},
{
"id": "GB-PPON-PHWV-4176-MRBJ",
"name": "Trent and Dove Housing",
"identifier": {
"scheme": "GB-PPON",
"id": "PHWV-4176-MRBJ"
},
"address": {
"streetAddress": "Trinity Square",
"locality": "Burton-on-Trent",
"postalCode": "DE14 1BL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG24"
},
"contactPoint": {
"name": "Lewis Pavey",
"email": "lewis.pavey@trentanddove.org"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.trentanddove.org/",
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
}
]
}
},
{
"id": "GB-PPON-PYDX-8782-RLCZ",
"name": "GBS Procure Limited",
"identifier": {
"scheme": "GB-PPON",
"id": "PYDX-8782-RLCZ"
},
"address": {
"streetAddress": "10 Blackthorn Road",
"locality": "Kenilworth",
"postalCode": "CV8 2DS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG13"
},
"contactPoint": {
"name": "Gary Stephens",
"email": "gary.stephens@gbsprocure.com"
},
"roles": [
"procuringEntity"
],
"roleDetails": "GBS Procure Limited act as the contracting authority's external procurement team, managing this procurement on their behalf, including preparation, tendering, moderating evaluation, and award in full compliance with applicable procurement regulations.",
"details": {
"url": "https://www.gbsprocure.com/"
}
}
],
"buyer": {
"id": "GB-PPON-PHWV-4176-MRBJ",
"name": "Trent and Dove Housing"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Interested suppliers are invited to participate in this Pre-Market Engagement (PME) exercise by reviewing and completing the PME Questionnaire provided with this notice. The purpose of this engagement is to gather supplier insight, innovation, and feedback to help Trent & Dove Housing shape the upcoming Fire Door Entry Surveys, Maintenance, and Installation procurement. This exercise aims to understand market capacity, delivery challenges, and innovative approaches to ensure that the future procurement reflects best practice, promotes competition, and delivers high-quality compliance outcomes for residents. Suppliers should: Download and complete the PME Questionnaire attached to this notice. Submit their completed response by email to lewis.pavey@trentanddove.org, clearly marked \"PME Response - Fire Door Entry Surveys - ID664\". Ensure responses are submitted by the stated closing date. All information gathered will be used solely to inform the future procurement approach, specification, and performance measures. Participation in this PME is for market research purposes only and does not constitute a formal tender or pre-qualification process. Trent & Dove Housing may use the feedback received to refine its requirements, evaluation approach, and performance expectations. Suppliers who engage in this PME will not be advantaged or disadvantaged in any subsequent tender process.",
"dueDate": "2025-11-07T23:59:59+00:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "068135-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/068135-2025",
"datePublished": "2025-10-24T11:39:54+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "ID664",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Fire Door Entry Surveys",
"description": "Trent & Dove Housing is seeking to appoint a suitably qualified and accredited Contractor to deliver a programme of fire door entry surveys across its residential housing stock, comprising approximately 6,300 properties including houses, flats, and sheltered schemes. The contract will involve undertaking systematic fire door inspections within occupied dwellings and communal areas to assess condition, compliance, and performance against current fire safety legislation and standards, including the Fire Safety (England) Regulations 2022 (Regulation 10), Approved Document B, and relevant British Standards. The scope includes, but is not limited to: Inspection and assessment of fire doors and associated components (including frames, seals, ironmongery and glazing); Measurement of door gaps and tolerances; Identification and classification of defects and non-compliances; Provision of evidence-based recommendations for remedial works; Capture of photographic and survey data; Submission of structured digital survey outputs via the Client's compliance management system (C365). The Contractor will also be required to: Undertake resident liaison and manage access arrangements within occupied properties; Carry out immediate make-safe actions where urgent fire safety risks are identified; Ensure all works are completed safely and in compliance with CDM Regulations and asbestos management requirements; Deliver accurate, auditable data to support the Client's statutory compliance and asset management duties. The contract will be delivered as a programme of works issued in batches, with no guarantee of volumes, and performance will be monitored against defined KPIs. The initial contract period is expected to be up to five years, with an indicative total value of PS400,000, subject to annual budget approval and programme requirements.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71315400",
"description": "Building-inspection services"
},
{
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
{
"scheme": "CPV",
"id": "71317000",
"description": "Hazard protection and control consultancy services"
},
{
"scheme": "CPV",
"id": "71631300",
"description": "Technical building-inspection services"
}
],
"deliveryAddresses": [
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 400000,
"amount": 333333.33,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"aboveThreshold": false,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-11-02T00:00:00+00:00",
"endDate": "2029-10-31T23:59:59+00:00",
"maxExtentDate": "2031-10-31T23:59:59+00:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 400000,
"amount": 333333.33,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Tenders will be evaluated on the quality of the Contractor's proposed service delivery model and their ability to meet the Contracting Authority's technical, operational and compliance requirements for the delivery of fire door entry surveys. This will include, but not be limited to: The Contractor's approach to mobilisation and delivery of a compliant fire door inspection programme across occupied and void residential properties and communal areas; Methodology for undertaking fire door surveys, including inspection processes, data capture, photographic evidence, measurement accuracy and defect classification in line with relevant legislation and standards (including the Fire Safety (England) Regulations 2022 and associated British Standards); Arrangements for resident liaison, access management, appointment scheduling and minimising no-access instances; Staffing structure, resource allocation and competency of personnel, including relevant qualifications (e.g. FDIS, BM TRADA, IFC or equivalent) and supervision arrangements; Approach to health and safety management, including compliance with CDM Regulations 2015 and asbestos awareness and control procedures; Systems for data management, quality assurance and submission of accurate, auditable records compatible with the Client's C365 system; Procedures for identifying and escalating risk, including immediate make-safe actions where required; Approach to programme management, performance monitoring and continuous improvement, including delivery against KPIs; The Contractor's response to any scenario-based questions included within the tender; Social value commitments relevant to the delivery of the Contract. Quality will be assessed in accordance with the evaluation criteria and scoring methodology set out in the tender documentation.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Tenders will be evaluated on the basis of the pricing submitted in the Pricing Matrix. Prices will be assessed for value for money, completeness and affordability in accordance with the pricing evaluation methodology set out in the Invitation to Tender. The Contracting Authority will not guarantee any minimum volume or value of work.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "Tenders will be evaluated on the quality of the Contractor's proposed service delivery model and their ability to meet the Contracting Authority's technical, operational and compliance requirements for the delivery of fire door entry surveys. This will include, but not be limited to: The Contractor's approach to mobilisation and delivery of a compliant fire door inspection programme across occupied and void residential properties and communal areas; Methodology for undertaking fire door surveys, including inspection processes, data capture, photographic evidence, measurement accuracy and defect classification in line with relevant legislation and standards (including the Fire Safety (England) Regulations 2022 and associated British Standards); Arrangements for resident liaison, access management, appointment scheduling and minimising no-access instances; Staffing structure, resource allocation and competency of personnel, including relevant qualifications (e.g. FDIS, BM TRADA, IFC or equivalent) and supervision arrangements; Approach to health and safety management, including compliance with CDM Regulations 2015 and asbestos awareness and control procedures; Systems for data management, quality assurance and submission of accurate, auditable records compatible with the Client's C365 system; Procedures for identifying and escalating risk, including immediate make-safe actions where required; Approach to programme management, performance monitoring and continuous improvement, including delivery against KPIs; The Contractor's response to any scenario-based questions included within the tender; Social value commitments relevant to the delivery of the Contract. Quality will be assessed in accordance with the evaluation criteria and scoring methodology set out in the tender documentation.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Tenders will be evaluated on the basis of the pricing submitted in the Pricing Matrix. Prices will be assessed for value for money, completeness and affordability in accordance with the pricing evaluation methodology set out in the Invitation to Tender. The Contracting Authority will not guarantee any minimum volume or value of work.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"description": "Contractors must demonstrate that they possess the legal standing, financial capacity, and technical and professional ability to deliver fire door entry surveys and associated services within a residential housing environment. 1. Legal and regulatory compliance Contractors must: Be registered and compliant with all applicable UK legislation, including health and safety, equality, environmental and data protection laws (including UK GDPR and Data Protection Act 2018); Not be subject to any mandatory or discretionary exclusion grounds under the Procurement Act 2023; Hold and maintain all licences, registrations and insurances required to perform the Contract. 2. Economic and financial standing Contractors must demonstrate sufficient financial standing to deliver the Contract, including: Submission of the most recent two (2) years audited accounts (or equivalent); Evidence of turnover appropriate to the Contract value; Confirmation of appropriate levels of insurance, including: Employers' Liability Insurance (minimum PS10 million); Public Liability Insurance (minimum PS5 million); Professional Indemnity Insurance (minimum PS2 million). 3. Technical and professional ability Contractors must demonstrate relevant experience and capability, including: Delivery of fire door inspections/surveys within residential or comparable property portfolios; Ability to undertake works within occupied and void properties; Competence in capturing, managing and submitting structured digital survey data. 4. Competence and accreditation Contractors must ensure personnel undertaking inspections hold appropriate qualifications, such as: FDIS CertFDI, BM TRADA, IFC or equivalent recognised fire door inspection certification; Evidence of ongoing Continuing Professional Development (CPD). Where applicable, Contractors undertaking remedial works must hold relevant third-party accreditation (e.g. FIRAS, BM TRADA Q-Mark, IFCC or equivalent). 5. Health and safety Contractors must: Demonstrate robust health and safety management systems; Provide evidence of risk assessment and method statement (RAMS) capability; Operate in accordance with the Construction (Design and Management) Regulations 2015; Demonstrate procedures for managing asbestos risks in accordance with the Control of Asbestos Regulations 2012. 6. Quality assurance and data management Contractors must: Operate an appropriate quality management system (e.g. ISO 9001 or equivalent); Demonstrate the ability to produce accurate and auditable survey data; Be capable of working with the Client's asset management system (C365 or compatible systems). 7. Equality, customer care and safeguarding Contractors must: Demonstrate experience of working in occupied residential environments; Have procedures in place for resident liaison, safeguarding and managing vulnerable occupants; Ensure operatives are appropriately vetted (e.g. DBS where required) and trained in customer care."
},
{
"description": "Contractors must demonstrate that they possess the legal standing, financial capacity, and technical and professional ability to deliver fire door entry surveys and associated services within a residential housing environment. 1. Legal and regulatory compliance Contractors must: Be registered and compliant with all applicable UK legislation, including health and safety, equality, environmental and data protection laws (including UK GDPR and Data Protection Act 2018); Not be subject to any mandatory or discretionary exclusion grounds under the Procurement Act 2023; Hold and maintain all licences, registrations and insurances required to perform the Contract. 2. Economic and financial standing Contractors must demonstrate sufficient financial standing to deliver the Contract, including: Submission of the most recent two (2) years audited accounts (or equivalent); Evidence of turnover appropriate to the Contract value; Confirmation of appropriate levels of insurance, including: Employers' Liability Insurance (minimum PS10 million); Public Liability Insurance (minimum PS5 million); Professional Indemnity Insurance (minimum PS2 million). 3. Technical and professional ability Contractors must demonstrate relevant experience and capability, including: Delivery of fire door inspections/surveys within residential or comparable property portfolios; Ability to undertake works within occupied and void properties; Competence in capturing, managing and submitting structured digital survey data. 4. Competence and accreditation Contractors must ensure personnel undertaking inspections hold appropriate qualifications, such as: FDIS CertFDI, BM TRADA, IFC or equivalent recognised fire door inspection certification; Evidence of ongoing Continuing Professional Development (CPD). Where applicable, Contractors undertaking remedial works must hold relevant third-party accreditation (e.g. FIRAS, BM TRADA Q-Mark, IFCC or equivalent). 5. Health and safety Contractors must: Demonstrate robust health and safety management systems; Provide evidence of risk assessment and method statement (RAMS) capability; Operate in accordance with the Construction (Design and Management) Regulations 2015; Demonstrate procedures for managing asbestos risks in accordance with the Control of Asbestos Regulations 2012. 6. Quality assurance and data management Contractors must: Operate an appropriate quality management system (e.g. ISO 9001 or equivalent); Demonstrate the ability to produce accurate and auditable survey data; Be capable of working with the Client's asset management system (C365 or compatible systems). 7. Equality, customer care and safeguarding Contractors must: Demonstrate experience of working in occupied residential environments; Have procedures in place for resident liaison, safeguarding and managing vulnerable occupants; Ensure operatives are appropriately vetted (e.g. DBS where required) and trained in customer care."
}
]
},
"renewal": {
"description": "The Contract will be awarded for an initial term of three (3) years. The Contracting Authority reserves the option to extend the Contract by up to a maximum of two (2) further periods of twelve (12) months each, giving a maximum potential Contract duration of five (5) years. Any extension will be exercised at the sole discretion of the Contracting Authority and will be subject to satisfactory contractor performance, continued business need and the availability of funding."
},
"hasOptions": true,
"options": {
"description": "The Contracting Authority reserves the right to instruct additional works and services during the Contract Period where these are within the scope of the Contract. This may include, but is not limited to, additional fire door entry surveys, re-inspections, follow-up visits, and associated services such as minor remedial works or replacements where identified through survey findings. Orders for such works will be issued on a call-off basis in accordance with the Contract, with no guarantee of volume. The extent and value of these options will be dependent on operational requirements, programme changes, and available budgets."
}
}
],
"communication": {
"futureNoticeDate": "2026-01-12T23:59:59+00:00"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Below threshold - open competition",
"submissionMethodDetails": "Tenders must be submitted electronically via the myTenders e-procurement portal at: https://www.mytenders.co.uk Suppliers must access the opportunity through the portal, accept the notice and submit their tender response using the online response functionality in accordance with the instructions set out in the Invitation to Tender. All tender submissions must be completed and submitted via the myTenders portal by the stated submission deadline. Tenders submitted by email, post or by any other means will not be accepted. Suppliers are responsible for ensuring that their submission is completed in full and submitted successfully before the deadline. Late submissions will not be considered.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed"
},
"tenderPeriod": {
"endDate": "2026-04-24T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-04-20T12:00:00+01:00"
},
"documents": [
{
"id": "024971-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/024971-2026",
"datePublished": "2026-03-19T09:57:57Z",
"format": "text/html"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "Document 1 Info Instr (ID664)",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638029"
},
{
"id": "L-2",
"documentType": "biddingDocuments",
"description": "Document 2 - Term brief",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638030"
},
{
"id": "L-3",
"documentType": "biddingDocuments",
"description": "Document 3 - Preliminaries",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638031"
},
{
"id": "L-4",
"documentType": "biddingDocuments",
"description": "Document 4 - Specification",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638032"
},
{
"id": "L-5",
"documentType": "biddingDocuments",
"description": "Document 5a - JCT MTC Draft",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638034"
},
{
"id": "L-6",
"documentType": "biddingDocuments",
"description": "Document 5b - amendments",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638035"
},
{
"id": "L-7",
"documentType": "biddingDocuments",
"description": "Document 7b- (ITST)",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638036"
},
{
"id": "L-8",
"documentType": "biddingDocuments",
"description": "Document 7a = PSQ",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638037"
},
{
"id": "L-9",
"documentType": "biddingDocuments",
"description": "Document 9 - Pre construction",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638038"
},
{
"id": "L-10",
"documentType": "biddingDocuments",
"description": "Appendix 1 - Asbestos procedures",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638039"
},
{
"id": "L-11",
"documentType": "biddingDocuments",
"description": "Appendix 2 - Complaints",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638041"
},
{
"id": "L-12",
"documentType": "biddingDocuments",
"description": "Appendix 3: Code of conduct",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638042"
},
{
"id": "L-13",
"documentType": "biddingDocuments",
"description": "Appendix 4 - Modern Slavery",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638043"
},
{
"id": "L-15",
"documentType": "biddingDocuments",
"description": "Appendix D - Financial assessment",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638044"
},
{
"id": "L-17",
"documentType": "biddingDocuments",
"description": "ID664 - Questions and answers",
"url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=638046"
},
{
"id": "035422-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/035422-2026",
"datePublished": "2026-04-19T17:20:42+01:00",
"format": "text/html"
}
],
"amendments": [
{
"id": "035422-2026",
"description": "Upload of documents"
}
]
},
"language": "en"
}