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, Testing, Maintenance and Repair of Communal Fire Detection and Fire Fighting E

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e725
Published by:
Royal Borough of Greenwich
Authority ID:
AA20360
Publication date:
26 March 2025
Deadline date:
24 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Services required are to provide routine servicing, repairs, inspections, testing and maintenance including a 24 hour call out service and two-hour response to emergencies to the following systems located within the Council’s housing properties:

• Fire dry riser systems

• Fire detection systems (open and closed protocol).

• Smoke ventilation systems

• Sprinkler Systems.

• Evacuation Alert Systems.

• Portable Fire Extinguishers.

• Fire Door holding devices and closures.

• Carefree Door closures.

• Fusible link dampers.

• All other systems and equipment interfaced with the fire detection systems.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Royal Borough of Greenwich

The Woolwich Centre

Woolwich

SE18 6HQ

UK

E-mail: procurement@royalgreenwich.gov.uk

NUTS: UKI51

Internet address(es)

Main address: www.royalgreenwich.gov.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:

https://supplierlive.proactisp2p.com/Account/Login?cid=GREENWICH


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/Account/Login?cid=GREENWICH


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Servicing, Testing, Maintenance and Repair of Communal Fire Detection and Fire Fighting E

Reference number: DN2762

II.1.2) Main CPV code

51700000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Services required are to provide routine servicing, repairs, inspections, testing and maintenance including a 24 hour call out service and two-hour response to emergencies to the following systems located within the Council’s housing properties:

• Fire dry riser systems

• Fire detection systems (open and closed protocol).

• Smoke ventilation systems

• Sprinkler Systems.

• Evacuation Alert Systems.

• Portable Fire Extinguishers.

• Fire Door holding devices and closures.

• Carefree Door closures.

• Fusible link dampers.

• All other systems and equipment interfaced with the fire detection systems.

II.1.5) Estimated total value

Value excluding VAT: 1 400 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50413200

II.2.3) Place of performance

NUTS code:

UKI51

II.2.4) Description of the procurement

The Services required are to provide routine servicing, repairs, inspections, testing and maintenance including a 24 hour call out service and two-hour response to emergencies to the following systems located within the Council’s housing properties:

• Fire dry riser systems

• Fire detection systems (open and closed protocol).

• Smoke ventilation systems

• Sprinkler Systems.

• Evacuation Alert Systems.

• Portable Fire Extinguishers.

• Fire Door holding devices and closures.

• Carefree Door closures.

• Fusible link dampers.

• All other systems and equipment interfaced with the fire detection systems.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 1 400 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: No

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

II.2.14) Additional information

This procurement is being managed through the Contracting Authority's e-tendering portal, Proactis Rego, hosted at: https://supplierlive.proactisp2p.com/Account/Login?cid=GREENWICH

To be able to access the procurement documents you will need to register your company details on the portal. Please check that you can access the documents and if you have any problems, then you should contact the helpdesk at Proactis Rego.

The Contracting Authority reserves the right to abandon this procurement process at any stage following the publication of this Notice and/or not to award any contract in respect of this Notice.

Full details of the scope and requirements for this opportunity is set out in the procurement documents issued by the Contracting Authority.

All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the tender and the procurement process as a whole. Under no circumstances will the Contracting Authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise.

The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). Selection will be based solely on the criteria set out in the procurement documents.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

As stated in the procurement documents.

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: 24/03/2025

Local time: 17:00

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: 24/03/2025

Local time: 17:05

Place:

Royal Borough of Greenwich Offices.

Information about authorised persons and opening procedure:

Royal Borough of Greenwich Procurement Team.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court

Royal Courts of Justice, The Strand

London

UK

VI.4.2) Body responsible for mediation procedures

Cabinet Office

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Royal Borough of Greenwich has incorporated a minimum 10 calendar day standstill period after notification to unsuccessful applicants of the award decision.

VI.4.4) Service from which information about the review procedure may be obtained

Royal Borough of Greenwich

London

UK

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
51700000 Installation services of fire protection equipment Installation services (except software)
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus

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:
procurement@royalgreenwich.gov.uk
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.