Section one: Contracting authority
one.1) Name and addresses
Royal Borough of Greenwich
The Woolwich Centre
Woolwich
SE18 6HQ
procurement@royalgreenwich.gov.uk
Country
United Kingdom
Region code
UKI51 - Bexley and Greenwich
Internet address(es)
Main address
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