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

1 year ago

Published

1 year 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

Compliance Services

Norwich City Council ((NCC) is seeking to appoint a single contractor to deliver a long-term Compliance Services Contract covering (but not restricted to) statutory inspection, testing, servicing, maintenance, repairs and associated upgrades across its housing stock and communal areas. The scope of services will include, but is not limited to, emergency and communal lighting, fire alarms and detection systems, automatic opening vents, warden call systems, domestic flat entrance door inspections, lateral and rising mains, access control systems, high-rise building ventilation, lightning protection, cold water storage tanks, dry risers, legionella risk assessments, and refuse chute cleaning. NCC reserve the right to include other relevant and appropriate services to this Contract at any time during the term. The Contract will run for an initial term of five years, with the option to extend for up to two further periods of five years each, giving a maximum possible duration of fifteen years using the JCT MTC (2024) form of Contract with a schedule of amendments, and will be awarded to a single Contractor. The estimated total contract value is £35.1 million inclusive of VAT. The procurement will be conducted under the Open Procedure in line with the Procurement Act 2023 and associated Procurement Regulations 2024, and the contract will be awarded on the basis of the Most Advantageous Tender, using a 60/40 quality to price weighting. The primary CPV code for this procurement is 50710000 (Repair and maintenance services of electrical and mechanical building installations), with additional relevant CPV codes covering specialist workstreams including legionella risk assessments, refuse chute cleaning, fire alarm systems, electrical installations and mechanical engineering works. The services are to be delivered across Norwich and the wider Norfolk area. NCC reserve the right to cancel the procurement and not to proceed with the Contract at any stage of the procurement process. NCC also reserves the right not to award the Contract. Neither NCC nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the Contract.

Katy Reed

Published 1 month 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