GB-Nottingham: AP2318 - Fire Systems RSM Contract 2024-29 *Revised*

Award

Value

£1,218,532

Suppliers

Classifications

  • Installation services of fire protection equipment

Tags

  • award

Submission Deadline

11 months ago

Published

9 months ago

Description

Repairs, servicing and maintenance service for systems utilised for protection against fire.  
      
      SCAPE on behalf of Arc Property Services Partnership Ltd (the Client), are seeking to set up a new Contract for the repairs, servicing and maintenance (RSM) for fire alarm and firefighting systems (including 24/7 emergency breakdown cover) across various locations within the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas. An element of new work installations may used be utilised by the Clients Construction Services.
      
      The NEC4 Term Service Short Contract will be used to assist the Client in conducting their RSM works.
      
      Please note: No warranty is given to the Contractor by neither SCAPE nor the Client as to the amount (if any) or nature of the service and/or work which may be required to be carried out by the Contractor during the Contract period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation in the volume of the work.
      
      The service comprises of a number of elements including, but not limited to:
      •Fire Alarm Systems (Analogue Addressable)
      •Fire Alarm Systems (Conventional)
      •Fire Shutters
      •Inert Gas Suppression Systems 
      •Integrity Tests
      •Sprinklers 
      •Dry Risers
      •General repairs, servicing and maintenance associated with the above.
      •Provision of a full, 24-7 emergency call-out service to attend and make situations safe during the life of the Contract.
      
      A full guide to the services required can be found within documents K01 of the procurement documents.
      
      The Contract will be in place for a period of 3 years, with the option to extend for 2 years (3 + 2 = max 5 years).
      
      Projects will vary in value but as an indication (based on the last 12 months), they may be: £1-£100 (60%) £100-£500(33%) £500-£1,000 (4%) £1,000-£5,000 (3%) +£5,000 (1%)
      
      The Procurement will be conducted in 2 stages:
      Stage 1 - Selection Stage - Bidders must meet all off the necessary selection criteria and provide answers to the questions asked. The questions will be marked by a panel and the top 3 scoring Bidders will progress on to Stage 2.
      
      Stage 2 - Award Stage - Bidders will be evaluated on their submitted prices and answers to specific quality questions in order to achieve a price/quality score. The top scoring Bidder will be invited to enter the Contract.
      
      Please note: Arc Partnership reserve the right to establish communication with the awarded Contractor, prior to the Contract start date.
      
      Full details of the process can be found within the tender documents. Access code 2B58M5BZ86

Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

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

London Construction Programme General Works Framework MW25-GW

The London Construction Programme (LCP) on behalf of Haringey Council is procuring a new general works framework. The scope of works will include a wide range of works across multiple types of buildings including individual, multiple occupancy, residential, commercial, heritage, community and those operated by the public sector on a 24 hour basis (i.e. police, health, fire and rescue, care homes etc.). The scope of the works will include (but not limited to), new buildings, MMC, planned and preventative maintenance, refurbishment, retrofit, fire safety works, heritage related works, remediations, mechanical and engineering services, renewable energy systems and adaptations. The Framework will be established for a period of 5 years and will be available to any public sector body in London and the Home Counties. It is anticipated the framework will commence in September 2025. The London Construction Programme was established in 2012 by Haringey Council was, encouraged and supported by other London Local Authorities through London Councils, to develop a pan-London strategy to improve construction related procurement and establish a suite of collaborative contractual vehicles which public sector organisations can utilise. The LCP currently has a total membership of over 60 Public Sector organisations in London and Home County. The LCP is a 'virtual organisation' currently hosted and operated by Haringey Council. The current LCP Framework (MW19) expired in October 2024. This new Framework is to provide General Works construction and General Works construction related activities for new build developments, building related planned component replacement, fire safety, remediations, retrofit and refurbishments according to the Lot Categories. The services will be procured in 16 lots: Lot GN1 New Build up to £7.5m contract value Lot GN2 New Build £6m - £15m contract value Lot GN3 New Build £14m+ contract value Lot GNPS New Build £1+ (i.e.no minimum contract value) Lot GF1 Fire Safety Works up to £7.5m contract value Lot GF2 Fire Safety Works £6m - £15m contract value Lot GF3 Fire Safety Works £14m+ contract value Lot GFPS Fire Safety Works £1+ (i.e.no minimum contract value) Lot GR1 Refurbishment and Retrofit up to £7.5m contract value Lot GR2 Refurbishment and Retrofit £6m - £15m contract value Lot GR3 Refurbishment and Retrofit £14m+ contract value Lot GRPS Refurbishment and Retrofit £1+ (i.e.no minimum contract value) Lot GP1 Planned Preventative Maintenance up to £7.5m contract value Lot GP2 Planned Preventative Maintenance £6m - £15m contract value Lot GP3 Planned Preventative Maintenance £14m+ contract value Lot GPPS Planned Preventative Maintenance £1+ (i.e.no minimum contract value) Tenderers are restricted to applying for a maximum of two sub lots, plus the PS sub lot in each of the primary Lots (i.e. New Build, Fire Safety Works, refurbishment and retrofit, Planned Preventative Maintenance). There are reserved places for micro and small enterprises on different Lots in order to encourage SMEs and provide choice for its Clients. A Reserve List will also be used for this framework for those Tenderers who are unsuccessful in being awarded a place on the primary Lots. The framework will be established with four main objectives in mind:- 1. To support its Clients to deliver on their net zero commitments in the following areas:- • Biodiversity assets • Climate Change adaptation • Zero Carbon Supply Chain • Low Carbon Transportation • Operational Low Carbon 2. To provide a fast and efficient route to market for education schemes across London and the Home Counties that offers value for money. 3. To drive positive changes in mental health and equality, diversity and inclusion in the construction sector. 4. To apply best practice, unlock innovation and work collaboratively with its Client and the Supply Chain.

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