Construction Contract Leads
North West
Category Services
Type
No. of Lots 3
Status Active
Published 21st Nov 2025
| Reference | ocds-h6vhtk-05e668 |
| Common Procurement Vocabulary | Repair and maintenance services |
| Procurement Method | Restricted procedure |
| Value | £5,000,000 |
North West
Category Services
Type
No. of Lots 3
Status Active
Published 21st Nov 2025
| Reference | ocds-h6vhtk-05e668 |
| Common Procurement Vocabulary | Repair and maintenance services |
| Procurement Method | Restricted procedure |
| Value | £5,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Greater Manchester Combined Authority
56 Oxford Street
Manchester
M16EU
Contact
Christopher Garner
christopher.garner [at] 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
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Contract for the Provision of Building Services Maintenance & Installation (Electrical)
Reference number
A1067
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.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
II.1.5) Estimated total value
Value excluding VAT: £5,000,000
II.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
II.2) Description
II.2.1) Title
Lot No
1
II.2.2) Additional CPV code(s)
- 31620000 - Sound or visual signalling apparatus
II.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
M11 2NS
II.2.4) Description of the procurement
Lot 1: Maintenance, Servicing and Monitoring of Intruder Alarms, Fire Alarms, CCTV, Monitoring, Access Control and Cell Call.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £3,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2) Description
II.2.1) Title
Lot No
2
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
II.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
M11 2NS
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £2,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Lot No
3
II.2.2) Additional CPV code(s)
- 35100000 - Emergency and security equipment
II.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
M11 2NS
II.2.4) Description of the procurement
Lot 3: Portable Fire Fighting Equipment including Dry Risers
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £1,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
22 November 2025
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
23 November 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
GMCA
Greater Manchester
Country
United Kingdom
