Fire Safety Consultancy

Complete

Value

£600,000

Classifications

  • Safety consultancy services
  • Fire-detection systems
  • Fire-alarm systems
  • Fire extinguishers
  • Fire doors
  • Fire-alarm system installation work
  • Fire-prevention installation works
  • Fire-prevention services

Tags

  • tender

Submission Deadline

2 years ago

Published

2 years ago

Description

Fire Safety Consultancy Services

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Bypass the hassle of outdated portals.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

IMO Fire Door Works - Phase 1 Riser Doors

Fire Door Remedial Works – Phase 1 The works are summarised as follows: • Fire door repairs (30 doors) • Fire door replacements (61 doors) • Fire door survey of the doors within the scope of works • Associated making good around fire doors • Certification of all associated works in accordance with the employer’s requirements. The proposed works areas are stair cores and risers (Core A, B and C) The outline scope of works following the above contractors design portion shall comprise, but is not limited to, the following: • All repairs and replacement of fire doors The contractor is independently responsible for assessing the condition of all fire doors within the scope and ensuring that all works are completed in accordance with relevant standards and certification requirements. The provisional timetable for this procurement is: w/c 27 October - tender goes live w/c 3 November – Site Visits (No site visits permitted between 19 November – 4 December) 19 November - Deadline for clarification questions from tenderers Noon 24 November - Deadline for tender responses 24 November – 2 January - Evaluation of tenders w/c 5 January 2026 - DfT Issue of intention to award w/c 12 January 2026 - Contract Award March – May 2026 – Works on site, London If you are interested in this opportunity: 1. Register for a Jaggaer account: https://dft.app.jaggaer.com/web/login.html 2. Once you have a Jaggaer account, click through to: itt_2855 - IMO Fire Door Works - Phase 1 3. Book a site visit at the IMO, 4 Albert Embankment, SE1 7SR by emailing [email protected] cc [email protected] and [email protected] - please indicate dates and two hour slots in which you will be available to attend. 4. With the exception of arranging site visits, please use the messaging function on the Jaggaer Portal for all other queries. Please note that the Portal sends automated notifications to alert suppliers of new messages. These will come from [email protected] and may appear in your Junk folder. Tenderers are requested to provide a schedule of rates for repairs and door replacements. Should investigations find that door sets require further repairs or full replacement to achieve compliance (beyond the specification), these rates will be used for the additional works. The Department is in the process of replacing fire doors within the IMO Building and intends to carry out a subsequent procurement of similar goods, services or works for future phases of the upgrade programme.

Katy Reed

Published 7 hours ago
Open

Supply, Installation and Training for P50 Fire Extinguishers & Disposal of Steel Extinguishers

Hampshire County Council (HCC) is looking to establish a framework agreement for the supply, installation, training, and disposal of P50 fire extinguishers, including the disposal of traditional steel extinguishers. This framework will primarily support the estates of Hampshire County Council and Hampshire and Isle of Wight Fire & Rescue Services, but will also be available for use by other contracting authorities. These may include local authorities across Hampshire and the Isle of Wight, as well as schools, academies, colleges, and third sector organisations operating within the region. Traditional steel fire extinguishers have long been the standard means of first response fire protection. However, these extinguishers require regular servicing by certified engineers, involve on-going maintenance costs, and contribute to environmental waste at the end of their service life due to their steel construction and pressurised contents. The P50 extinguisher range offers a more cost-effective alternative, manufactured from composite materials that are corrosion-resistant, require no discharge testing or refilling for up to 10 years, and can be visually inspected by trained staff on-site. This significantly reduces maintenance costs, environmental impact and operational disruptions. Through this framework, the Authority aims to enhance efficiency, sustainability, and long-term cost-effectiveness across its estate and those of other partner organisations.

Katy Reed

Published 1 day ago
Open

CBC-1856-T-TS Fire Risk Assessments

Fire Risk Assessments and Associated Inspections and Remedial works in Council Owned Homes Independent preparation and review of Fire Risk Assessments, the authority will appoint a separate Supplier to carry out Fire Specialist and Building Safety Advice. Contracts for 'Fire Risk Assessments for Housing Properties' and 'Fire Specialist and Building Safety Advice' will not be awarded to the same Supplier. Please read and follow the information and guidance supplied below and within the Tender documents, this will help with your tender submission. Word count limits apply, any information going over will not be considered. Respond to ALL questions. Additional documents or information not required will be disregarded. Please note timeline with regards to questions and submission dates. All communications, correspondences and clarifications must be sent via the In-tend portal. Do not contact the Service area for information, please use the correspondence facility Regularly view the Clarification tab for updates or responses to questions received by bidders. Questions asked together with the response, will be made available to all bidders (if not Private and Confidential), this to ensure a fair and consistent approach to all. Avoid uploading your return just prior to closing deadline as you may incur IT issues and we will not accept Tender Returns via e-mail. The Council will provide as much support and information as it can to help guide you through the Tender process. If there is anything you are not sure of or need clarification on, please contact the Procurement lead using the correspondence facility within the In-tend electronic tendering system. Opting In To inform us of your decision to participate and to be able to submit a tender you will be required to Opt In. Opting In will confirm to us of your involvement and your intention to submit a tender return. Opting Out Will confirm that you are no longer interested in submitting a tender return. You will be able to provide a reason as to your decision if you wish. This will cease any system-generated communications. You will be able to opt back in at any point. Target contract commencement date: 1st July 2026 Contract term: 2 years +1+1 optional Additional information: Is a Recurrent Procurement Type? : No

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete