Tender

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

  • Royal Borough of Greenwich

F02: Contract notice

Notice identifier: 2025/S 000-006936

Procurement identifier (OCID): ocds-h6vhtk-04e725

Published 21 February 2025, 3:51pm



Section one: Contracting authority

one.1) Name and addresses

Royal Borough of Greenwich

The Woolwich Centre

Woolwich

SE18 6HQ

Email

procurement@royalgreenwich.gov.uk

Country

United Kingdom

Region code

UKI51 - Bexley and Greenwich

Internet address(es)

Main address

www.royalgreenwich.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

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

Reference number

DN2762

two.1.2) Main CPV code

  • 51700000 - Installation services of fire protection equipment

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £1,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50413200 - Repair and maintenance services of firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKI51 - Bexley and Greenwich

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,400,000

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

Duration in months

60

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

two.2.13) Information about European Union Funds

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

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

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: Yes

four.2) Administrative information

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

Date

24 March 2025

Local time

5:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

24 March 2025

Local time

5:05pm

Place

Royal Borough of Greenwich Offices.

Information about authorised persons and opening procedure

Royal Borough of Greenwich Procurement Team.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Courts of Justice, The Strand

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

London

Country

United Kingdom

six.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.

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

Royal Borough of Greenwich

London

Country

United Kingdom