Section one: Contracting authority
one.1) Name and addresses
Royal Borough of Greenwich
The Woolwich Centre, 35 Wellington Street
London
SE186HQ
procurement@royalgreenwich.gov.uk
Country
United Kingdom
Region code
UKI51 - Bexley and Greenwich
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
http://www.royalgreenwich.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
Servicing, Testing, Maintenance and Repair of Communal Fire Detection and Fire Fighting Equipment
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
This contract is for the provision of a Servicing, Testing, Maintenance and Repair of Communal Fire Detection and Fire Fighting Equipment.
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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,142,578.85
two.2) Description
two.2.2) Additional CPV code(s)
- 51700000 - Installation services of fire protection equipment
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
This contract is for the provision of a Servicing, Testing, Maintenance and Repair of Communal Fire Detection and Fire Fighting Equipment.
The contract will maintain, install and repair fire safety equipment as necessary and to ensure ongoing 100% service compliance across the property portfolio.
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.2.11) Information about options
Options: No
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-006936
Section five. Award of contract
Title
Servicing, Testing, Maintenance and Repair of Communal Fire Detection and Fire Fighting Equipment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 October 2025
five.2.2) Information about tenders
Number of tenders received: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
RGE Services Ltd
Kent
HA8 7DB
Country
United Kingdom
NUTS code
- UKJ4 - Kent
Companies House
RGE Services Ltd
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,142,578.85
Total value of the contract/lot: £1,142,578.85
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court
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 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