Onward Fire Safety Remedial Actions Framework - AWARD

Award

Buyers

Value

£20,000,000

Classifications

  • Fire-alarm system installation work

Tags

  • award

Submission Deadline

2 years ago

Published

1 year ago

Description

Onward are seeking to appoint multiple suitably qualified, accredited and experienced contractors to undertake the relevant maintenance and installation works for commercial, complex and leasehold schemes across the group for all 3 regions, under a framework agreement. The contract will be for a period of 4 years
      The total annual value of the framework is approximately £3 - 5m across all lots. There is no guarantee of any given volume or value of work.
      The buildings included within the contract comprise of residential, sheltered housing schemes classified internally as complex, commercial office spaces, industrial storage facilities and leasehold stock.
      
      The scope of the framework includes reactive, active and passive fire safety works, additionally there will be fire safety surveys.

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Bypass the hassle of outdated portals.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

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 26th 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 3rd December 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 5 days ago
Open

External & Communal Pre Construction Services and Works to Houses Framework Rev01  CRN00039877

External & Communal Pre Construction Services and Works to Houses Framework Rev01 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

Organisation

Alex Brady

[email protected]

+44 161 875 8154

Timeline complete

Publish
Bid
Evaluate
Award
Complete