Tender

Housing Fire Safety Equipment Servicing and Maintenance

  • Woking Borough Council

F02: Contract notice

Notice identifier: 2025/S 000-005147

Procurement identifier (OCID): ocds-h6vhtk-04e1e2

Published 14 February 2025, 1:31pm



Section one: Contracting authority

one.1) Name and addresses

Woking Borough Council

Civic Offices

WOKING

GU216YL

Contact

Laura Curme

Email

laura.curme@woking.gov.uk

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

https://www.woking.gov.uk/

Buyer's address

https://www.woking.gov.uk/

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