Tender

Contract for the Provision of Building Services Maintenance & Installation (Electrical)

  • Greater Manchester Combined Authority

F02: Contract notice

Notice identifier: 2025/S 000-076089

Procurement identifier (OCID): ocds-h6vhtk-05e668

Published 21 November 2025, 2:31pm



Section one: Contracting authority

one.1) Name and addresses

Greater Manchester Combined Authority

56 Oxford Street

Manchester

M16EU

Contact

Christopher Garner

Email

christopher.garner@gmp.police.uk

Country

United Kingdom

Region code

UKD33 - Manchester

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.gmp.police.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://in-tendhost.co.uk/gmppolice/aspx/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/gmppolice/aspx/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Contract for the Provision of Building Services Maintenance & Installation (Electrical)

Reference number

A1067

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Contract for the installation, maintenance and repair of Electrical, Fire and Security Systems, inspection and testing of Fixed Wiring and Portable Appliances.

The procurement is divided into 3 Lots. Tenderers are invited to provide a bid(s) for one or more of the following Lots:

Lot 1: Maintenance, Servicing and Monitoring of Intruder Alarms, Fire Alarms, CCTV, Monitoring, Access Control and Cell Call.

Lot 2: Electrical Infrastructure Testing and Inspection of EICR fixed wiring, Emergency Lighting, PAT Testing, Lighting and Surge Protection.

Lot 3: Portable Fire Fighting Equipment including Dry Risers

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 31620000 - Sound or visual signalling apparatus

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

M11 2NS

two.2.4) Description of the procurement

Lot 1: Maintenance, Servicing and Monitoring of Intruder Alarms, Fire Alarms, CCTV, Monitoring, Access Control and Cell Call.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,500,000

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

M11 2NS

two.2.4) Description of the procurement

Lot 2: Electrical Infrastructure Testing and Inspection of EICR fixed wiring, Emergency Lighting, PAT Testing, Lighting and Surge Protection.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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) Description

two.2.1) Title

Lot No

3

two.2.2) Additional CPV code(s)

  • 35100000 - Emergency and security equipment

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

M11 2NS

two.2.4) Description of the procurement

Lot 3: Portable Fire Fighting Equipment including Dry Risers

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue


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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

22 November 2025

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 November 2025

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

GMCA

Greater Manchester

Country

United Kingdom