Fire safety remediation - Supply and installation of fire doors, plus associated works

Award

Value

£890,626

Suppliers

Classifications

  • Fire doors

Tags

  • award

Submission Deadline

1 year ago

Published

9 months ago

Description

As part of a programme of fire safety remediate works, Swindon Borough Council intends to replace the doors to 246 Council owned residential flats located in six high-risk blocks which are 10 storeys high.\r
\r
The Council intends to appoint a single Contractor to deliver these remediation works. The successful supplier will be required to supply AND install the doors (plus supply 24 spare doors) and dispose of existing materials, AND carry out associated fire compartmentation works to the rising mains to each flat.\r
\r
Estimate contract value up to £890,626.\r
\r
100% Timber doors (60 minute fire doors) are required, with 54mm certified core to BS 476 Pt22:1987 or BS EN 1634-1:2014, 1000mm frame width with intumescent strips, and 6 panel lock door panel. Supply will also include locking mechanisms, door hinges, viewers, letter plates, security chain, door closer, drop seal, numbering, glazing, threshold, fanlight (where fitted), side panel (where fitted).\r
\r
The appointed supplier will be required to provide the Council with full Primary Test Evidence (PTE) from a UK registered testing facility that is 3rd party accredited. The PTE must itemise all the hardware used in the doorset submitted for burns testing, and must be supplied in digital format.\r
\r
The contract term is 4 years in total with approximately 6 months, potentially up to 9 months, from award, through mobilisation, to complete the supply and installation of the 246 doors and handover period. The balance of the remaining 4 years is for the ad-hoc supply of fire doors and door set hardware to replace any damaged for the original 246.\r
\r
Full details relating to the Goods and Services required are provided in the tender documents.\r
\r
Tender clarifications to be submitted in writing via Messaging in ProContract tender portal by 7th December 2023, 1200 hrs UK Local time. The Council's responses to these clarification questions will be issued periodically on the ProContract tender portal.\r
\r
Tender Responses are required to be submitted no later than 19th December 2023, 1400 hrs UK Local time via ProContract tender portal - https://www.supplyingthesouthwest.org.uk/\r
\r


Additional information: 
Notice updated to reflect changes from 30 minute to 60 minute fire doors. Estimated contract value increased accordingly. Closing date for tender clarifications and tender return date both extended.

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 3 weeks 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