2324-0028 Testing and Maintenance of Fire Protection, Fire Detection and Emergency Lighting

A Tender Notice
by ISLINGTON COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
4 year
Value
£4M
Sector
DEFENCE
Published
04 Jul 2024
Delivery
To 05 Aug 2028 (est.)
Deadline
05 Aug 2024 12:00

Concepts

Location

London

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

The council is a landlord to around 35,000 council tenants and leaseholders living in homes located across the borough. As a landlord the council is responsible for ensuring the provision of safe and fully operational fire safety and firefighting equipment located on council housing estates and blocks.

Lot Division

1 2324-0028 Testing and Maintenance of Fire Protection (Lot1)
  • Value: £2M

Appointed suppliers will support the council’s in-house teams in providing efficient, effective, customer-focused fire protection, detection and emergency lighting services. They will maintain the fire installations and carry out all necessary testing, servicing and repairs in residential buildings (including estate blocks) and community and reception centres, ensuring all installations are efficient and in safe working conditions. The scope of this contract includes all types of servicing, testing and repair of the fire protection, detection and emergency lighting equipment, in line with a scheduled programme of works and the Cyclical Testing Maintenance Team’s guidance and recommendations. For the fire protection contract (Lot 1), the examples of equipment included in the scope, (but not limited to, are: • passenger lifts, which are designed for use by firefighters or for evacuation in the event of a fire • portable firefighting equipment • dry and wet rising mains, which are used by the fire service in the event of a fire in a building • sprinkler systems Suppliers are expected to respond and complete work orders to a satisfactory standard within specific timescales, provide efficient and accurate paperwork, promptly submit accounts and immediately respond to any complaints received, all to ensure the council remains compliant with all relevant statutory requirements. Lots This services contract is being divided in to two (2) lots. Lot 1 covers the fire protection, and Lot 2 the fire detection element of this contract.

Award Criteria
Proposed approach to social value and promoting economic, social and environmental sustainability 20.0
Proposed approach to maintaining compliance, organisation of certification/documentation and managing remedial works required 10.0
Proposed approach to quality management and managing and prioritising workloads 10.0
Proposed approach to business continuity, mobilisation, resourcing and service delivery 10.0
PRICE 40.0
2 2324-0028 – Testing and Maintenance of Fire Detection and Emergency Lighting (Lot 2)
  • Value: £2M
Award Criteria
Proposed approach to social value and promoting economic, social and environmental sustainability 20.0
Proposed approach to maintaining compliance, organisation of certification/documentation and managing remedial works required 10.0
Proposed approach to health and safety 10.0
Proposed approach to quality management and managing and prioritising workloads 10.0
Proposed approach to business continuity, mobilisation, resourcing and service delivery 10.0
PRICE 40.0

CPV Codes

  • 50413200 - Repair and maintenance services of firefighting equipment
  • 75251110 - Fire-prevention services
  • 31620000 - Sound or visual signalling apparatus

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are available.
  • Award on basis of price.

Other Information

The council is seeking to appoint two (2) specialist suppliers, one (1) supplier to cover the fire protection element of the contract, which entails firefighting equipment (Lot 1) and another to cover fire detection and emergency lighting (Lot 2), with multi-skilled electricians and engineers to support the in-house team in providing a high-quality service including the internal and external work carried out in residential properties and communal areas. Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.

Reference

Domains