Islington Council Fire Prevention Works Tender
The installation of emergency lighting, heat and smoke detection.
United Kingdom-London: Construction work
2017/S 011-015706
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
7 Newington Barrow Way
London
N7 7EP
United Kingdom
Contact person: strategic procurement
Telephone: +44 2075278118
E-mail: procurement@islington.gov.uk
NUTS code: UKI
Address of the buyer profile: http://www.islington.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
1516-926 Fire prevention works to street properties.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Islington Council invites suitable expressions of interest from suppliers for the installation of emergency lighting, heat and smoke detection, door upgrades/renewal works to residential street properties and mansion blocks (collectively known as street properties) located within the London Borough of Islington.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Background.
Islington Council’s street properties have been risk assessed to ascertain the level of danger to occupants and the fire brigade in the event of a fire. Works have been identified as necessary to ensure Islington’s street properties meet current regulations: The Regulatory Reform Order (Fire Safety) 2005 and The Housing Act 2004.
The council currently owns approximately 7 300 street properties within residential streets spread across the borough some of which are Grade listed. Where works are undertaken on listed buildings, the suppliers shall work with Historic England to ensure their requirements from are fully met.
The properties have been split into two clearly defined areas of the borough: Lot 1 (north) and Lot 2 (south). It is the council’s intention to set up a framework agreement with two (2) suppliers, 1 for each lot. Suppliers may only apply for either Lot 1 (north) or Lot 2 (south), but they may not apply for both.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Candidates must meet the minimum requirements stated in the procurement documents available on the London Tenders Portal.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Background.
Islington Council’s street properties have been risk assessed to ascertain the level of danger to occupants and the fire brigade in the event of a fire. Works have been identified as necessary to ensure Islington’s street properties meet current regulations: The Regulatory Reform Order (Fire Safety) 2005 and The Housing Act 2004.
The council currently owns approximately 7,300 street properties within residential streets spread across the borough some of which are Grade listed. Where works are undertaken on listed buildings, the suppliers shall work with Historic England to ensure their requirements from are fully met.
The properties have been split into two clearly defined areas of the borough: Lot 1 (north) and Lot 2 (south). It is the council’s intention to set up a framework agreement with two (2) suppliers, 1 for each lot. Suppliers may only apply for either Lot 1 (north) or Lot 2 (south), but they may not apply for both.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Candidates must meet the minimum requirements stated in the procurement documents available on the London Tenders Portal.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Fire Risk Assessment Contract Blackpool
Fire Fighting Equipment and CCTV Maintenance Dunfermline
Supply Smoke Alarms for UK Fire and Rescue Services
Eastern Procurement Compliance Framework