Type of document: Contract Notice
Country: United Kingdom
1. Title: SERVICING AND REPAIRS OF FIRE ALARMS, EMERGENCY LIGHTING, SMOKE VENTILATION SYSTEMS AND AUTOMATIC WINDOWS AND DOORS 2024 – FRAMEWORK AGREEMENT
2. Awarding Authority: Melin Homes Limited, Ty’r Efail, Lower Mill Field, Pontypool, GB, NP4 0XJ. Tel: 01495745910. Email: Procurement.Team@melinhomes.co.uk. Web: Buyer profile:
3. Contract type: Service contract
Open
4. Description: Short description
Servicing and Repairs of Fire Alarms, Emergency Lighting, Smoke Ventilation Systems AND Automatic Windows and Doors.
Lot No: 1
Title
Servicing of Fire Alarms, Emergency Lighting, Smoke Ventilation Systems AND Automatic Windows and Doors
Description of the procurement
4.1 Melin Homes wishes to appoint an experienced service providers to deliver the inspection, testing, maintenance and repair of the fire detection systems, intruder detection, fire detection, emergency lighting and Smoke Ventilation Systems, Automatic windows, and doors, ensuring compliance with all relevant manufacturer requirements, industry, and safety standards.
4.2 It is proposed that the procurement exercise will be divided into lots as detailed below. Bidders may bid for one or both lots.
4.3 The contract will be spilt into LOTS.
LOT 1 – Servicing
LOT 2 – Repairs and Out of Hours
4.4 The resulting applicant will cover the general needs housing, sheltered and supported housing owned by Melin homes, which includes dwellings of various types including flats, maisonettes, and multiple occupancy blocks.
Lot No: 2
Title
Repairs of Fire Alarms, Emergency Lighting, Smoke Ventilation Systems AND Automatic Windows and Doors
Description of the procurement
4.1 Melin Homes wishes to appoint an experienced service providers to deliver the inspection, testing, maintenance and repair of the fire detection systems, intruder detection, fire detection, emergency lighting and Smoke Ventilation Systems, Automatic windows, and doors, ensuring compliance with all relevant manufacturer requirements, industry, and safety standards.
4.2 It is proposed that the procurement exercise will be divided into lots as detailed below. Bidders may bid for one or both lots.
4.3 The contract will be spilt into LOTS
LOT 1 – Servicing
LOT 2 – Repairs and Out of Hours
5. CPV Code(s): 50116100
6. NUTS code(s): UKL, UKL1, UKL16, UKL2, UKL21, UKL24
7. Main site or location of works, main place of delivery or main place of performance: Place of performance
NUTS code:
UKL
UKL1
Main site or place of performance:
operates in 5 local authority areas; Torfaen, Monmouthshire, Newport, Blaenau Gwent, and Powys
8. Reference attributed by awarding authority: OCID: ocds-kuma6s-134816
9. Estimated value of requirement: Estimated total value : Value excluding VAT: 150 000.00 GBP
10. Time-limit for receipt of completed tenders 16.10.2023 (12:00:00).
11. Address to which they must be sent: For further information/documentation regarding the above contract notice please visit
12. Other information: Joint procurement
The contract is awarded by a central purchasing bodyCommunication
The procurement documents are available for unrestricted and full direct access, free of charge at
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to
Main activity
Housing and community amenities
Type of the contracting authority
Body governed by public law
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: 2
Place of performance
NUTS code:
UKL
UKL1
Main site or place of performance:
operates in 5 local authority areas; Torfaen, Monmouthshire, Newport, Blaenau Gwent, and Powys
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/02/2024
End: 31/01/2026
This contract is subject to renewal: Yes
Description of renewals:
The Contract will run for a maximum of 4 years, covering an initial period of 2 years plus an option of extending for a further 2 periods of 1 year (2+1+1=4) following contract signature (the “Initial Term”).
Information about variants
Variants will be accepted: No
Information about options
Options: No
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Information about variants
Variants will be accepted: No
Information about options
Options: No
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Languages in which tenders or requests to participate may be submitted
EN
Conditions for opening of tenders
Date: 16/10/2023
Local time: 12:00
Information about recurrence
This is a recurrent procurement: No
Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Melin Homes Sustainable Communities Fund
14.1 It is Melin Homes’ responsibility to deliver and report on Welsh procurement, supply-chain opportunities, resource and waste, targeted recruitment and training (TR&T) and community donations, to enable us to monitor our economic and environmental impact in Wales. Therefore, activities will support this based on the minimum guidelines of 0.5% of the contract value will be payable by the contractor/supplier. Invoicing for the Sustainable Communities Fund sum will be subject to VAT and invoices raised at time agreed at purchase/pre contract.
TKR-2023915-EX-1629632