Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

2324-0028 Testing and Maintenance of Fire Protection, Fire Detection and Emergency Lighting

  • First published: 05 July 2024
  • Last modified: 05 July 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-047ac5
Published by:
Islington Council
Authority ID:
AA53707
Publication date:
05 July 2024
Deadline date:
05 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The council is a landlord to around 35,000 council tenants and leaseholders living in homes located across the borough. As a landlord the council is responsible for ensuring the provision of safe and fully operational fire safety and firefighting equipment located on council housing estates and blocks.

The council is seeking to appoint two (2) specialist suppliers, one (1) supplier to cover the fire protection element of the contract, which entails firefighting equipment (Lot 1) and another to cover fire detection and emergency lighting (Lot 2), with multi-skilled electricians and engineers to support the in-house team in providing a high-quality service including the internal and external work carried out in residential properties and communal areas.

Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Islington Council

Islington Town Hall, Upper Street

London

N1 2UD

UK

E-mail: procurement@islington.gov.uk

NUTS: UKI

Internet address(es)

Main address: http://www.islington.gov.uk/

Address of the buyer profile: http://www.islington.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Advert/Index?advertId=3e41c510-ec39-ef11-812d-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=3e41c510-ec39-ef11-812d-005056b64545


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

2324-0028 Testing and Maintenance of Fire Protection, Fire Detection and Emergency Lighting

Reference number: DN731176

II.1.2) Main CPV code

50413200

 

II.1.3) Type of contract

Services

II.1.4) Short description

The council is a landlord to around 35,000 council tenants and leaseholders living in homes located across the borough. As a landlord the council is responsible for ensuring the provision of safe and fully operational fire safety and firefighting equipment located on council housing estates and blocks.

The council is seeking to appoint two (2) specialist suppliers, one (1) supplier to cover the fire protection element of the contract, which entails firefighting equipment (Lot 1) and another to cover fire detection and emergency lighting (Lot 2), with multi-skilled electricians and engineers to support the in-house team in providing a high-quality service including the internal and external work carried out in residential properties and communal areas.

Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.

II.1.5) Estimated total value

Value excluding VAT: 4 235 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

Lot No: 1

II.2.1) Title

2324-0028 Testing and Maintenance of Fire Protection (Lot1)

II.2.2) Additional CPV code(s)

50413200

75251110

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Appointed suppliers will support the council’s in-house teams in providing efficient, effective, customer-focused fire protection, detection and emergency lighting services. They will maintain the fire installations and carry out all necessary testing, servicing and repairs in residential buildings (including estate blocks) and community and reception centres, ensuring all installations are efficient and in safe working conditions. The scope of this contract includes all types of servicing, testing and repair of the fire protection, detection and emergency lighting equipment, in line with a scheduled programme of works and the Cyclical Testing Maintenance Team’s guidance and recommendations.

For the fire protection contract (Lot 1), the examples of equipment included in the scope, (but not limited to, are:

• passenger lifts, which are designed for use by firefighters or for evacuation in the event of a fire

• portable firefighting equipment

• dry and wet rising mains, which are used by the fire service in the event of a fire in a building

• sprinkler systems

Suppliers are expected to respond and complete work orders to a satisfactory standard within specific timescales, provide efficient and accurate paperwork, promptly submit accounts and immediately respond to any complaints received, all to ensure the council remains compliant with all relevant statutory requirements.

Lots

This services contract is being divided in to two (2) lots. Lot 1 covers the fire protection, and Lot 2 the fire detection element of this contract.

Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.

II.2.5) Award criteria

Criteria below:

Quality criterion: Proposed approach to social value and promoting economic, social and environmental sustainability / Weighting: 20

Quality criterion: Proposed approach to maintaining compliance, organisation of certification/documentation and managing remedial works required / Weighting: 10

Quality criterion: Proposed approach to quality management and managing and prioritising workloads / Weighting: 10

Quality criterion: Proposed approach to business continuity, mobilisation, resourcing and service delivery / Weighting: 10

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 1 786 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The initial contract period is for forty-eight (48) months, with options to extend for two (2) periods of up to thirty-six (36) months each. The maximum total contract length is one hundred and twenty (120) months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

2324-0028 – Testing and Maintenance of Fire Detection and Emergency Lighting (Lot 2)

II.2.2) Additional CPV code(s)

31620000

75251110

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

The council is a landlord to around 35,000 council tenants and leaseholders living in homes located across the borough. As a landlord the council is responsible for ensuring the provision of safe and fully operational fire safety and firefighting equipment located on council housing estates and blocks.

The council is seeking to appoint two (2) specialist suppliers, one (1) supplier to cover the fire protection element of the contract, which entails firefighting equipment (Lot 1) and another to cover fire detection and emergency lighting (Lot 2), with multi-skilled electricians and engineers to support the in-house team in providing a high-quality service including the internal and external work carried out in residential properties and communal areas.

Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.

II.2.5) Award criteria

Criteria below:

Quality criterion: Proposed approach to social value and promoting economic, social and environmental sustainability / Weighting: 20

Quality criterion: Proposed approach to maintaining compliance, organisation of certification/documentation and managing remedial works required / Weighting: 10

Quality criterion: Proposed approach to health and safety / Weighting: 10

Quality criterion: Proposed approach to quality management and managing and prioritising workloads / Weighting: 10

Quality criterion: Proposed approach to business continuity, mobilisation, resourcing and service delivery / Weighting: 10

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 2 449 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The estimated start date of this contract is October 2024. The initial contract period is for forty-eight (48) months, with options to extend for two (2) periods of up to thirty-six (36) months each. The maximum total contract length is one hundred and twenty (120) months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 05/08/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 05/08/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Islington Council

London

UK

VI.5) Date of dispatch of this notice

04/07/2024

Coding

Commodity categories

ID Title Parent category
75251110 Fire-prevention services Fire-brigade services
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
31620000 Sound or visual signalling apparatus Electrical equipment and apparatus

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@islington.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.