Award

Fire Sprinkler Servicing & Maintenance & Periodic Testing

  • Southampton City Council

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-012942

Procurement identifier (OCID): ocds-h6vhtk-04fd04 (view related notices)

Published 3 April 2025, 5:49pm



Section one: Contracting authority/entity

one.1) Name and addresses

Southampton City Council

Civic Centre, Civic Centre Road

Southampton

SO147LY

Contact

Jack Martin

Email

jack.martin@southampton.gov.uk

Telephone

+44 2380833000

Country

United Kingdom

Region code

UKJ32 - Southampton

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.southampton.gov.uk/

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

Fire Sprinkler Servicing & Maintenance & Periodic Testing

two.1.2) Main CPV code

  • 50413200 - Repair and maintenance services of firefighting equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Southampton City Council (the Authority) intends to award a contract to Harmony Fire Limited via direct award through the CHIC Fire and Building Safety Framework - Lot 2 Workstream 2 - Servicing and Maintenance.

The framework enables the Authority to engage Harmony Fire Limited directly, as they are an approved and pre-qualified supplier with national coverage. A direct award is justified due to service continuity and efficient mobilisation, given their role as the incumbent supplier for our fire sprinkler system installations. This also reflects their top overall scoring position within the framework lot/workstream.

This route to market has been reviewed and approved by the framework owner. This supplier already has a detailed knowledge of our property portfolio, including the systems and processes in place to facilitate a smooth transition of services to this new direct award call-off contract as a result of being our incumbent supplier for the installation of fire sprinkler systems. A contract that has been compliantly awarded gives us significant added value through agreed contractual terms and benefits from the economies of scale offered via the framework, along with reassurance that the awarded framework has tested the market and this supplier continues to be competitive as the top scoring supplier on the framework lot/workstream.

The proposed duration of this call of contract is 2 years +1+1 at the sole discretion of the Authority and has a proposed value across the entire potential length of the contract of approximately £1,300,000.

Accordingly, the Authority considers that public procurement law permits the award of a contract without prior publication of a contract notice to be permissible on the grounds of regulation 99(3) of the public contracts regulations 2015.

By issuing this VEAT notice the Authority intends to commence the standstill period which will expire at midnight on 14th April 2025.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,300,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 44480000 - Miscellaneous fire-protection equipment
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKJ32 - Southampton

two.2.4) Description of the procurement

Southampton City Council (the Authority) intends to award a contract to Harmony Fire Limited via direct award through the CHIC Fire and Building Safety Framework - Lot 2 Workstream 2 - Servicing and Maintenance.

The framework enables the Authority to engage Harmony Fire Limited directly, as they are an approved and pre-qualified supplier with national coverage. A direct award is justified due to service continuity and efficient mobilisation, given their role as the incumbent supplier for our fire sprinkler system installations. This also reflects their top overall scoring position within the framework lot/workstream.

This route to market has been reviewed and approved by the framework owner. This supplier already has a detailed knowledge of our property portfolio, including the systems and processes in place to facilitate a smooth transition of services to this new direct award call-off contract as a result of being our incumbent supplier for the installation of fire sprinkler systems. A contract that has been compliantly awarded gives us significant added value through agreed contractual terms and benefits from the economies of scale offered via the framework, along with reassurance that the awarded framework has tested the market and this supplier continues to be competitive as the top scoring supplier on the framework lot/workstream.

The proposed duration of this call of contract is 2 years +1+1 at the sole discretion of the Authority and has a proposed value across the entire potential length of the contract of approximately £1,300,000.

Accordingly, the Authority considers that public procurement law permits the award of a contract without prior publication of a contract notice to be permissible on the grounds of regulation 99(3) of the public contracts regulations 2015.

By issuing this VEAT notice the Authority intends to commence the standstill period which will expire at midnight on 14th April 2025.

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

Southampton City Council (the Authority) intends to award a contract to Harmony Fire Limited via direct award through the CHIC Fire and Building Safety Framework - Lot 2 Workstream 2 - Servicing and Maintenance.

The framework enables the Authority to engage Harmony Fire Limited directly, as they are an approved and pre-qualified supplier with national coverage. A direct award is justified due to service continuity and efficient mobilisation, given their role as the incumbent supplier for our fire sprinkler system installations. This also reflects their top overall scoring position within the framework lot/workstream.

This route to market has been reviewed and approved by the framework owner. This supplier already has a detailed knowledge of our property portfolio, including the systems and processes in place to facilitate a smooth transition of services to this new direct award call-off contract as a result of being our incumbent supplier for the installation of fire sprinkler systems. A contract that has been compliantly awarded gives us significant added value through agreed contractual terms and benefits from the economies of scale offered via the framework, along with reassurance that the awarded framework has tested the market and this supplier continues to be competitive as the top scoring supplier on the framework lot/workstream.

The proposed duration of this call of contract is 2 years +1+1 at the sole discretion of the Authority and has a proposed value across the entire potential length of the contract of approximately £1,300,000.

Accordingly, the Authority considers that public procurement law permits the award of a contract without prior publication of a contract notice to be permissible on the grounds of regulation 99(3) of the public contracts regulations 2015.

By issuing this VEAT notice the Authority intends to commence the standstill period which will expire at midnight on 14th April 2025.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

1 April 2025

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

HARMONY FIRE LIMITED

Yeovil

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

10427303

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Initial estimated total value of the contract/lot/concession: £1,300,000

Total value of the contract/lot/concession: £1,300,000


Section six. Complementary information

six.3) Additional information

Southampton City Council (the Authority) intends to award a contract to Harmony Fire Limited via direct award through the CHIC Fire and Building Safety Framework - Lot 2 Workstream 2 - Servicing and Maintenance.

The framework enables the Authority to engage Harmony Fire Limited directly, as they are an approved and pre-qualified supplier with national coverage. A direct award is justified due to service continuity and efficient mobilisation, given their role as the incumbent supplier for our fire sprinkler system installations. This also reflects their top overall scoring position within the framework lot/workstream.

This route to market has been reviewed and approved by the framework owner. This supplier already has a detailed knowledge of our property portfolio, including the systems and processes in place to facilitate a smooth transition of services to this new direct award call-off contract as a result of being our incumbent supplier for the installation of fire sprinkler systems. A contract that has been compliantly awarded gives us significant added value through agreed contractual terms and benefits from the economies of scale offered via the framework, along with reassurance that the awarded framework has tested the market and this supplier continues to be competitive as the top scoring supplier on the framework lot/workstream.

The proposed duration of this call of contract is 2 years +1+1 at the sole discretion of the Authority and has a proposed value across the entire potential length of the contract of approximately £1,300,000.

Accordingly, the Authority considers that public procurement law permits the award of a contract without prior publication of a contract notice to be permissible on the grounds of regulation 99(3) of the public contracts regulations 2015.

By issuing this VEAT notice the Authority intends to commence the standstill period which will expire at midnight on 14th April 2025.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom