Section one: Contracting authority
one.1) Name and addresses
Woking Borough Council
Civic Offices
WOKING
GU216YL
Contact
Laura Curme
Telephone
+44 1483755855
Country
United Kingdom
Region code
UKJ25 - West Surrey
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/wokingboroughcouncil/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/wokingboroughcouncil/aspx/Home
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Housing Fire Safety Equipment Servicing and Maintenance
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
Regular servicing and reactive maintenance to the fire panels, alarms and fire extinguishers within the Council's housing stock. The contract includes minor remedial works arising from the inspections.
two.1.5) Estimated total value
Value excluding VAT: £240,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
Main site or place of performance
Woking
two.2.4) Description of the procurement
This Contract shall include the following Services:
• Resident Liaison
• Statutory testing of schedule equipment
• Maintaining of records and certification
• Design and scoping of remedial works
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
118
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2025
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
24 March 2025
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Council's needs and requirements for the Contract are included in the procurement documentation. It should be noted that the Council is under significant financial pressure and is facing an affordability challenge for this contract. As such, this procurement process is seeking innovative proposals to aid the Council in lowering the contract price whilst seeking to maintain a good quality standard for residents.
TUPE will not apply to this procurement.
Full details of the scope and requirements for the opportunity will be set out in the tender documentation to be issued by the Council.
The procurement is being managed through the Council's procurement portal Intend.
The Council 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. The Council further reserves the right to award only part of the opportunity described in this Contract Notice, and/or to omit any part of the Services at any stage and to require bidders to adjust their solutions accordingly.
All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the Selection Questionnaire and the procurement process as a whole. Under no circumstances will the Council 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.
Before completing their Tender Submission, potential Tenderers should ensure that the email address that has been used to register will be checked regularly, as the e-Sourcing Portal will generate automatic notifications to the registered email address whenever there are updates, changes or messages relating to this Procurement. Bidders should also check that their organisation details are correct and up to date.
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom