Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Servicing and Maintenance of Fire Systems and Fire Protection Devices

  • First published: 31 January 2018
  • Last modified: 31 January 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Regenda Group
Authority ID:
AA23605
Publication date:
31 January 2018
Deadline date:
26 February 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Regenda Group wish to appoint an experienced service provider for the servicing and maintenance of fire systems and fire protection devices ensuring compliance with all relevant industry, manufacturer requirements and safety standards.

The successful service provider will be required to provide the following services:

— testing and inspection programme of fire alarms and emergency lighting,

— servicing / inspection and repair of fire equipment including fire blankets, fire extinguishers and dry riser system,

— inspection and maintenance of lightening conductors; and,

— repairs identified following inspection / servicing.

For all categories the service provider will be required to undertake validation of current asset register and on-going record keeping.

It is intended that the contract will run for an initial term of three years, extendable for a further term of two years via annual extensions. Any extension will be subject to satisfactory performance. The estimated contract value is approximately 120k GBP per annum.

Regenda will utilise a JCT Measured Term Contract 2016 and as such shall be carried out under the terms and conditions laid out therein.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Regenda Group

Commutation Plaza, 1 Commutation Row

Liverpool

L3 8QF

UK

Contact person: Patricia Conway

Telephone: +44 1925282377

E-mail: pconway@inprovagroup.com

Fax: +44 8458645261

NUTS: UKD

Internet address(es)

Main address: http://regenda.org.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.mytenders.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.mytenders.co.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.mytenders.co.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Servicing and Maintenance of Fire Systems and Fire Protection Devices

II.1.2) Main CPV code

31625100

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Regenda Group wish to appoint an experienced service provider for the servicing and maintenance of fire systems and fire protection devices including fire alarms, emergency lighting, fire blankets, fire extinguishers, dry riser systems and lightening conductors, ensuring compliance with all relevant industry, manufacturer requirements and safety standards.

Regenda will utilise a JCT Measured Term Contract 2016; it is intended that the contract will run for an initial term of three years, extendable for a further term of two years via annual extensions. Any extension will be subject to satisfactory performance. The estimated contract value is approximately 120k GBP per annum.

Should you wish to express interest in this opportunity please visit MyTenders – www.mytenders.co.uk and search for opportunity — The Regenda Group — Heating and Domestic Hot Water Equipment Upgrade.

Procurement for Housing have been appointed by The Regenda Group to facilitate this tendering exercise.

II.1.5) Estimated total value

Value excluding VAT: 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31625200

31518200

31625000

35111200

35111300

35111500

39525400

51700000

35000000

II.2.3) Place of performance

NUTS code:

UKD

II.2.4) Description of the procurement

The Regenda Group wish to appoint an experienced service provider for the servicing and maintenance of fire systems and fire protection devices ensuring compliance with all relevant industry, manufacturer requirements and safety standards.

The successful service provider will be required to provide the following services:

— testing and inspection programme of fire alarms and emergency lighting,

— servicing / inspection and repair of fire equipment including fire blankets, fire extinguishers and dry riser system,

— inspection and maintenance of lightening conductors; and,

— repairs identified following inspection / servicing.

For all categories the service provider will be required to undertake validation of current asset register and on-going record keeping.

It is intended that the contract will run for an initial term of three years, extendable for a further term of two years via annual extensions. Any extension will be subject to satisfactory performance. The estimated contract value is approximately 120k GBP per annum.

Regenda will utilise a JCT Measured Term Contract 2016 and as such shall be carried out under the terms and conditions laid out therein.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

It is intended that the contract will run for an initial term of three years, extendable for a further term of 2 years via annual extensions. Any extension will be subject to satisfactory performance.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please refer to the Invitation to Tender documentation.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to the Invitation to Tender documentation.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 26/02/2018

Local time: 16:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 26/02/2018

Local time: 16:30

Information about authorised persons and opening procedure:

Electronic opening — tenders submitted via MyTenders.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Regenda is a great quality, forward thinking housing business, building, managing and maintaining the homes people need. The Regenda Group is made up of Regenda Homes and its wholly-owned subsidiaries M&Y Maintenance and Construction, Redwing Living (private rented properties, leasehold and apartment block management and shared ownership and sales), McDonald Property Rentals in Lancashire, which is a subsidiary of Redwing Living, Petrus Community and Alder Training Ltd. The resulting contract can be utilised by each part of the Group and also any future subsidiaries of the Group.

The values below are the operating principles that guide Regenda’s conduct and relationship with customers, partners and stakeholders:

— Customer focus,

— High performance,

— Efficiency and value for money,

— Teamwork,

— Ambition and dynamism,

— Openness and honesty.

Regenda employs around 500 people, has assets of over 489 000 000 GBP and a turnover of 55 000 000 GBP. They have built around 500 properties over the last three years and supported 140 people back into employment or training. Regenda also established 12 new business start-ups in partnership with other organisations and got over 300 independent living residents online. The Regenda Limited board has three sub-committees covering risk and audit, nominations and remuneration and housing services.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=206909

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:206909).

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Regenda Group will incorporate a standstill period at the point information on the award of the contract is.

Communicated to tenderers. That notification will provide full information on the award decision. The standstill.

Period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge.

The award decision before the contract is entered into The Public Contracts Regulations 2015 (SI 2015 No 102).

Provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take.

Action in the High Court (England, Wales, and Northern Ireland).

VI.5) Date of dispatch of this notice

26/01/2018

Coding

Commodity categories

ID Title Parent category
31625000 Burglar and fire alarms Sound or visual signalling apparatus
31518200 Emergency lighting equipment Signalling lights
39525400 Fire blankets Miscellaneous manufactured textile articles
35111300 Fire extinguishers Firefighting equipment
35111500 Fire suppression system Firefighting equipment
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
35111200 Firefighting materials Firefighting equipment
51700000 Installation services of fire protection equipment Installation services (except software)
35000000 Security, fire-fighting, police and defence equipment Defence and security

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
pconway@inprovagroup.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.