Scope
Reference
1321
Description
Norwich City Council ((NCC) is seeking to appoint a single contractor to deliver a long-term Compliance Services Contract covering (but not restricted to) statutory inspection, testing, servicing, maintenance, repairs and associated upgrades across its housing stock and communal areas. The scope of services will include, but is not limited to, emergency and communal lighting, fire alarms and detection systems, automatic opening vents, warden call systems, domestic flat entrance door inspections, lateral and rising mains, access control systems, high-rise building ventilation, lightning protection, cold water storage tanks, dry risers, legionella risk assessments, and refuse chute cleaning. NCC reserve the right to include other relevant and appropriate services to this Contract at any time during the term. The Contract will run for an initial term of five years, with the option to extend for up to two further periods of five years each, giving a maximum possible duration of fifteen years using the JCT MTC (2024) form of Contract with a schedule of amendments, and will be awarded to a single Contractor. The estimated total contract value is £35.1 million inclusive of VAT. The procurement will be conducted under the Open Procedure in line with the Procurement Act 2023 and associated Procurement Regulations 2024, and the contract will be awarded on the basis of the Most Advantageous Tender, using a 60/40 quality to price weighting. The primary CPV code for this procurement is 50710000 (Repair and maintenance services of electrical and mechanical building installations), with additional relevant CPV codes covering specialist workstreams including legionella risk assessments, refuse chute cleaning, fire alarm systems, electrical installations and mechanical engineering works. The services are to be delivered across Norwich and the wider Norfolk area. NCC reserve the right to cancel the procurement and not to proceed with the Contract at any stage of the procurement process. NCC also reserves the right not to award the Contract. Neither NCC nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the Contract.
Total value (estimated)
- £29,250,000 excluding VAT
- £35,100,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 1 April 2031
- Possible extension to 31 March 2041
- 15 years
Description of possible extension:
The Contract will run for an initial term of five years, with the option to extend for up to two further periods of five years each, giving a maximum possible duration of fifteen years.
Main procurement category
Services
Additional procurement category
Works
CPV classifications
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 09323000 - District heating
- 31518200 - Emergency lighting equipment
- 31527260 - Lighting systems
- 31530000 - Parts of lamps and lighting equipment
- 31625200 - Fire-alarm systems
- 42961100 - Access control system
- 44221220 - Fire doors
- 45232330 - Erection of aerials
- 45262660 - Asbestos-removal work
- 45312320 - Television aerial installation work
- 45331210 - Ventilation installation work
- 50324100 - System maintenance services
- 50413200 - Repair and maintenance services of firefighting equipment
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
- 51700000 - Installation services of fire protection equipment
- 71315300 - Building surveying services
- 90713100 - Consulting services for water-supply and waste-water other than for construction
- 90918000 - Bin-cleaning services
Contract locations
- UKH15 - Norwich and East Norfolk
Participation
Legal and financial capacity conditions of participation
The legal and financial capacity conditions of participation are outlined in the tender documents
Technical ability conditions of participation
The technical ability conditions of participation are outlined in the tender documents
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
7 November 2025, 5:00pm
Tender submission deadline
14 November 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
21 January 2026
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Quality | List of method statement questions included in the tender documents |
Quality | 60% |
Price | Pricing schedule and framework included in the tender documents |
Price | 40% |
Other information
Payment terms
As set out in the procurement documents
Description of risks to contract performance
As set out in the procurement documents
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Norwich City Council
- Public Procurement Organisation Number: PWRB-7245-GVXQ
City Hall, St Peter's Street
Norwich
NR2 1NH
United Kingdom
Contact name: Oli Turnbull
Email: oli@echelonconsultancy.co.uk
Region: UKH15 - Norwich and East Norfolk
Organisation type: Public authority - sub-central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
Echelon Consultancy Ltd
Summary of their role in this procurement: Echelon Consultancy Ltd are supporting NCC with the procurement process associated with this opportunity
- Companies House: 05345282
219a Hatfield Road, St Albans
St Albans
AL1 4TB
United Kingdom
Region: UKH23 - Hertfordshire