Passive Fire Compartmentation Survey

Award

Value

£500,000

Classifications

  • Installation services of fire protection equipment

Tags

  • award

Submission Deadline

3 years ago

Published

2 years ago

Description

Passive Fire Compartmentation Survey - ULHT

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Bypass the hassle of outdated portals.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

Construction Works and Services Framework

Regenda Limited is establishing construction works and services framework in partnership with Rise Construction Framework Ltd. The framework is being established as a closed framework. The framework will operate across the following geographical areas: Northwest of England (Merseyside, Cheshire, Lancashire, Cumbria, Greater Manchester). North Wales (Isle of Anglesey, Conway, Denbighshire, Flintshire, Gwynedd, Wrexham). Yorkshire and the Humber (East Riding of Yorkshire, North Yorkshire, South Yorkshire, West Yorkshire, North Lincolnshire, Northeast Lincolnshire). Public sector organisations who can access the framework include NHS bodies and Foundation Trusts, Clinical Commissioning Groups, Health & Social Care providers, Educational Institutions, Schools, Universities, Academy Trusts, Housing Providers, Community Led Housing/Regeneration Organisations, Emergency Services, Local Authorities, Government Departments, Museums and Arts Organisations, Charities & 3rd Sector Group and Public Body subsidiary companies. The Framework will consist of 12 lots. Each lot will be split into a range of value bands.Each lot/value band has a maximum number of supply partners.Bidders can tender for multiple lots. Bidders tendering for lot 1 are restricted to tendering for a maximum of 3 value bands. Highest ranking bidders will be allocated a place on the framework. Regenda reserves the right to select 2 ‘reserve’ supply partners should a place in the framework become available, the reserve supply partners will be selected from the ranking order. Where a bidder ranks within the maximum allocation for a lot/value band but scores (combined cost and quality) under 60% we reserve the right not to award them a place on the relevant lot/value band. A supply partner allocation table and value bands are contained within the tender documentation and can be found via this link: https://rise-framework.com/wp-content/uploads/2025/10/Rise-Supply-Partner-Allocation-Table.pdf Contract awards will be on a lot-by-lot basis with or without competition (as set out within the framework agreement). Terms and Conditions (T&Cs) will not be set out in the agreement but will be issued on a project-by-project basis bespoke to each project. Furthermore, public sector organisations will use their preferred terms & conditions/form of contract when calling off from the framework for works and services.

Katy Reed

Published 21 hours ago
Open

External & Communal Pre Construction Services and Works to Houses Framework  CRN00039877

External & Communal Pre Construction Services and Works to Houses Framework Multiple Supplier Framework (of up to three contractors per Lot) to undertake various services and works related to improvement and planned maintenance works, by means of Pre-construction Services Call-offs and Works Call-offs. This Framework is to be split into 3no Lots as follows: LOT 1, Pre-Construction Services and External works, to low rise properties LOT 2, Pre-Construction Services and External works, to high rise properties LOT 3, Pre-Construction Services and Communal works, to low rise and high rise properties The following descriptions are indicative of the types of services and works that may be commissioned under each Lot. In addition, other similar services and works may also be commissioned. Bidders should note that the estimated value below consists of the provisional budget allocated within the capital plan for all contractors. The actual value per contractor will be expected to be a much smaller proportion following distribution of work amongst an anticipated 3no framework contractors per lot. Work and budgets per contractor will also be affected by work carried out by direct in-house resources, contingency allowances, non-access to properties, efficiency savings, and subject to regular reviews and re-allocations of priorities by the Council. The non-binding target is that each framework contractor would receive approximately: Lot1 GBP2-4Million of work turnover per year; Lot2 GBP1-2Million of work turnover per year; Lot3 GBP0.3-1Million of work turnover per year; The framework contractors will also be required to perform to the council's key performance indicator targets, and community benefits expectations (described elsewhere) Types of work that may be awarded to framework contractors, but is non-binding, is detailed below: LOT 1 Pre-Construction Services and External works, to low rise properties Repairs and/or installation of: external masonry, concrete and joinery flat and pitched roof coverings, external and cavity wall insulation, and related works Door/window/screen replacements Photo voltaic panels and/or air source heat pumps Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works Utility company coordination so as to reposition and/or replace gas pipework, meters etc Any other relevant services or works LOT 2 Pre-Construction Services and External works, to high rise properties Repairs and/or installation of: external masonry, concrete and joinery flat roof coverings external and cavity wall insulation, and related works Door/window/screens Repairs and/or renewing lightning protection and roof ventilation fans Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works Any other relevant services or works LOT 3 Pre-Construction Services and Communal works, to low rise and high rise properties Repairs and/or installation of: Communal door/window/screens Foyer/communal hall/stair upgrading Firestopping, smoke control ventilation Below and above ground drainage lightning protection and mechanical ventilation door entry systems and communal lighting electrical switchgear, distribution and containment fire/smoke detection fire alarms fire suppression systems Communal potable water tank replacements Communal space heating replacements Communal hot & cold water services replacements Automatic Controls for communal mechanical and electrical services Fire Panel Controls for communal fire protection Lift replacements Any other relevant services or works

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