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.

UK4

Compliance Services

  • First published: 17 September 2025
  • Last modified: 17 September 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-0567b5
Published by:
Norwich City Council
Authority ID:
AA25440
Publication date:
17 September 2025
Deadline date:
14 November 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Scope

Procurement reference

1321

Procurement description

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.

Main category

Services

Additional categories

Works

Delivery regions

  • UKH15 - Norwich and East Norfolk

Total value (estimated, excluding VAT)

29250000 GBP to 29250000GBP

Contract dates (estimated)

01 April 2026, 01:00AM to 01 April 2031, 00:59AM

Extension end date (if all the extensions are used): 01 April 2041

Contracting authority

Norwich City Council

Identification register:

  • GB-PPON

Address 1: City Hall, St Peter's Street

Town/City: Norwich

Postcode: NR2 1NH

Country: United Kingdom

Public Procurement Organisation Number: PWRB-7245-GVXQ

NUTS code: UKH15

Contact name: Oli Turnbull

Email: oli@echelonconsultancy.co.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Lots

Divided into 1 lots

Lot number: LOT-0000

CPV classifications

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 09323000 - District heating
  • 31518200 - Emergency lighting equipment
  • 31527260 - Lighting systems
  • 31530000 - Parts of lamps and lighting equipment
  • 31625200 - Fire-alarm systems
  • 42961100 - Access control system
  • 44221220 - Fire doors
  • 45232330 - Erection of aerials
  • 45262660 - Asbestos-removal work
  • 45312320 - Television aerial installation work
  • 45331210 - Ventilation installation work
  • 50324100 - System maintenance services
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 51700000 - Installation services of fire protection equipment
  • 71315300 - Building surveying services
  • 90713100 - Consulting services for water-supply and waste-water other than for construction
  • 90918000 - Bin-cleaning services

Delivery regions

  • UKH15 - Norwich and East Norfolk

Lot value (estimated)

29250000 GBP Excluding VAT

35100000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2026, 01:00AM

Contract end date (estimated)

01 April 2031, 00:59AM

Extension end date (estimated)

01 April 2041, 00:59AM

Can the contract be extended?

Yes

Description of extensions

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.

Participation

Conditions

Economic

Conditions of participation

The legal and financial capacity conditions of participation are outlined in the tender documents

Conditions

Economic

Conditions of participation

The technical ability conditions of participation are outlined in the tender documents

Award criteria

Type: quality

Name

Quality

Description

List of method statement questions included in the tender documents

Weighting: 60

Weighting type: percentageExact

Type: price

Name

Price

Description

Pricing schedule and framework included in the tender documents

Weighting: 40

Weighting type: percentageExact

Contract terms and risks

Payment terms

As set out in the procurement documents

Description of risks to contract performance

As set out in the procurement documents

Submission

Tender submission deadline

14 November 2025, 12:00PM

Enquiry deadline

07 November 2025, 17:00PM

Date of award of contract

21 January 2026, 23:59PM

Submission address and any special instructions

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=97786&B=

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
42961100 Access control system Command and control system
45262660 Asbestos-removal work Special trade construction works other than roof works
90918000 Bin-cleaning services Cleaning services
71315300 Building surveying services Building services
90713100 Consulting services for water-supply and waste-water other than for construction Environmental issues consultancy services
09323000 District heating Steam, hot water and associated products
31518200 Emergency lighting equipment Signalling lights
45232330 Erection of aerials Ancillary works for pipelines and cables
44221220 Fire doors Windows, doors and related items
31625200 Fire-alarm systems Burglar and fire alarms
51700000 Installation services of fire protection equipment Installation services (except software)
31527260 Lighting systems Spotlights
31530000 Parts of lamps and lighting equipment Lighting equipment and electric lamps
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations
50324100 System maintenance services Support services of personal computers
45312320 Television aerial installation work Alarm system and antenna installation work
45331210 Ventilation installation work Heating, ventilation and air-conditioning installation work

Delivery locations

ID Description
There are no delivery locations for this notice.

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:
N/a
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.