Fire Alarm and Emergency Lighting Maintenance

Award

Value

£292,449

Suppliers

Classifications

  • Repair and maintenance services of electrical building installations
  • Emergency lighting equipment
  • Fire-detection systems
  • Fire-alarm systems

Tags

  • award
  • contract

Published

4 years ago

Description

The contract is for the ongoing annual maintenance programme for fire alarm systems and emergency lighting.
These functions can be broadly defined as follows:
• Planned and Reactive Maintenance of fire alarm systems within designated buildings
identified within the specification, and other Stockton-on-Tees Borough Council (SBC)
building assets.
• Planned and Reactive Maintenance of emergency lighting systems within designated
buildings identified within the specification, and other SBC building assets.
• Provision of a 24 hour seven day per week responsive repairs service for the duration of the
agreement

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

EEAST - Electrical Minor Works

The East of England Ambulance Service NHS Trust (“the Contracting Authority”) covers the six counties which make up the East of England – Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk, and Suffolk and provides a range of services, but is best known for the 999-emergency service. Our dedicated and skilled staff work 365 days a year, 24 hours a day to make sure patients receive the best possible care. Our diverse area is spread over about 7,500 square miles and contains a mix of rural, coastal, and urban areas – from Watford to Wisbech and Cromer to Canvey Island. Our services are tailored to meet the needs of each community’s differing environmental and medical needs. The Contracting Authority employs more than 5,000 staff and 1,000 volunteers to deal with 1,384,547 (2023/24) emergency calls every year. Staff and volunteers are trained and experienced in caring for patients in a variety of situations, ranging from life-threatening illness and injury to less serious situations such as falls in the home or patients with minor injuries. In addition, the Contracting Authority handles more than 500,000 non-emergency patient journeys to and from routine hospital appointments. Further information regarding the Customer can be obtained from www.eastamb.nhs.uk. The existing Contracting Authority estate comprises of; one headquarters, three emergency operations centres, depots, ambulance stations and response posts, however it is not able to support the requirements of a modern ambulance service or any possible changes as a result of the Ambulance Response Program (ARP). Therefore, the Contracting Authority’s estate will change as part of the Estate Transformation Plan. Under this plan, a ‘hub and spoke’ model will be created across the whole area served by the Contracting Authority. 18 new hubs will be created, located close to hospital emergency departments. Each will have staff facilities, management, and vehicle workshop facilities. The Estate Transformation Plan will start to replace the Contracting Authority’s current estate over the lifespan of this contract, and sites are identified for closure, as well as new facilities coming in line. The appointed Supplier must support this transformation. The Contracting Authority requires a Supplier to provide annual Planned Preventative Maintenance (PPM) and reactive services to the Contracting Authority’s electrical services across the estate. The provision of electrical services shall include: • Planned preventative maintenance of electrical services (as detailed in clause 5. Planned Preventative Electrical Maintenance Services) • Reactive call-out electrical services (as detailed in clause 5. Reactive Callout and Response Times) • Ad-hoc additional work – including but not limited to minor works and installation (as detailed in clause 6. Ad Hoc/ Remedial/ Additional Work The frequency of the undertaking of the PPM may change over the lifetime of the contract. Any such changes will be communicated to the Supplier in writing four (4) weeks prior to the change being adopted. This tender will be a single ‘lot’ tender, covering the sites specified in clause 4. List of Premises (and any further new sites over the contract period).

Katy Reed

Published 2 hours ago
Open

Fire Alarms & Associated Services - General and Reactive Maintenance, and Planned Works

The University of Edinburgh will shortly be going out to tender via a Restricted Procedure to engage two suitably qualified, resourced and experienced organisations to provide general & reactive maintenance of fire alarms and associated services, and planned fire alarm works, which would ensure the University is meeting its obligations throughout the estate. This contract will likely be divided into 2 geographical lots described below. Lot 1 - Central & Accommodation Area Lot 2 - Science & Engineering, and Medical & Veterinary Areas Total Estimated Contract Value (Both Lots): 10,000,000 GBP excluding VAT over the full 5-year contract period (2,000,000 GBP per annum). Lot 1: 5,500,000 GBP excluding VAT over the full 5-year contract period (1,100,000 GBP per annum). Lot 2: 4,500,000 GBP excluding VAT over the full 5-year contract period (900,000 GBP per annum). Please note, these values are estimates only, and not guaranteed values. Fire Alarms and Associated Services include the Maintenance, Reactive Maintenance, upgrades and replacements to a maximum value of the following Associated Services: - a) Remote Monitoring Centre for Alarm Signalling. b) Automatic door closers – Motorised & Magnetic c) Fire Suppressant Systems and Room Integrity Inspections. d) Voice Evacuation System e) Fireman’s phone f) Alerter Systems g) Gas detection Systems h) EVC Systems i) VESDA Systems j) Cause & Effect testing verification k) Fire Curtains l) Fire Shutters m) Stair pressurisation/ Smoke vent Systems As Fire Alarm systems play a major part of building Health & Safety. The University has a responsibility to ensure all Fire alarm reactive works have an initial response time of one hour by competent personnel. Reactive work is often required for completion within 24 hours. In certain circumstances the reactive works or a temporary installation may be required to be installed within the day of reactive report. It is anticipated that the contract will in place for an initial term of 3 years with two options to extend for periods of 1-year each (3+1+1).

Open

Fire Alarm Upgrades to 14 Supported & Sheltered Housing Schemes

The appointment of a contractor for Fire Alarm Upgrades to 14 Supported & Sheltered Housing Schemes Project Description Swindon Borough Council (SBC), wishes to submit to tender the requirements for the provision of a fire systems contractor who will be responsible for the end-to-end process of ensuring that fire alarm systems are correctly installed, configured, and operational in accordance with the requirements of this specification, industry standards and regulatory requirements to 14 supported and residential Housing schemes SBC have previously commissioned a specialist consultant to design fire alarm systems for SBC sheltered and supported housing schemes to meet L1 and LD1 grade A requirements. These designs have now been taken up-to concept/spatial design stage (RIBA 3) identifying the component locations, wiring loops for the alarm systems and performance parameters. We now seek to appoint a specialist contractor to carry on from the consultants RIBA 3 (developed design) stage, from RIBA stage 4 Technical design through, the supply/manufacture, installation, handover and use of a compliant operational fire alarm system (RIBA stages 4-7). This design shall incorporate the grading requirements of the fire alarm system, as well as remote monitoring and testing abilities identified within the Initial concept design. The contract will be for a period of 18 months with no extension periods and is estimated to commence 30th March 2026. Estimated contract spend is between £2,000,000 - £2,200,000 Ex Vat across the initial 18 month term. Full details relating to the services are provided in the tender documents. To participate, Suppliers will need to Register as a Supplier with ProContract, www.supplyingthesouthwest.org.uk, then Register an Interest before obtaining access to the tender documents. In the event of difficulties registering as a supplier, please refer to the System Administrator Proactis support team [email protected] Tender clarifications to be submitted in writing via Messaging in ProContract tender portal by 12th November 2025 15:00 hrs UK Local time. The Council’s responses to these clarification questions will be issued periodically on the ProContract tender portal. Tender Responses are required to be submitted no later than 19th November 2025, 15:00 hrs UK Local time via ProContract tender portal - https://www.supplyingthesouthwest.org.uk/ Supplying the South West Portal, https://www.supplyingthesouthwest.org.uk/ is the only portal that includes all the relevant documents required to respond to this opportunity, bearing Project Id: DN792814 No Tender submissions will be considered without completing the tender documents in full including attachments and returning them in alignment with the instructions within the tender documents.

Katy Reed

Published 1 week ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete