Construction Contract Leads
Yorkshire and the Humber
Category Services
Type
No. of Lots 1
Status Active
Published 2nd Jan 2024
Reference | ocds-h6vhtk-042a44 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £500,000 |
Yorkshire and the Humber
Category Services
Type
No. of Lots 1
Status Active
Published 2nd Jan 2024
Reference | ocds-h6vhtk-042a44 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £500,000 |
Section I: Contracting authority
I.1) Name and addresses
The Borough Council of Calderdale
Town Hall, Crossley Street
Halifax
HX1 1UJ
Contact
Rachel Jefford
rachel.jefford2 [at] calderdale.gov.uk
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
National registration number
184 3147 61
Internet address(es)
Main address
https://www.calderdale.gov.uk/v2
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103251
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=76292&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=76292&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Fire Alarm Services, including Fire Alarm Maintenance, Monitoring and Reactive Repairs
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
The Council invites you to submit a Tender for the provision of fire alarm services, including fire alarm maintenance, monitoring and reactive repairs across the Council's estate. The Specification covers minimum standards for fire alarm services, maintenance, monitoring and repairs on the Council’s property portfolio. The Service Provider is required to put in place a programme to maintain the systems and equipment at the Council’s Premises listed in Appendices A, B and C. Accreditation requirements are listed within the Selection Questionnaire. The Service Provider must maintain the systems and equipment in good working order and ensure that the Council remains fully compliant with statutory fire regulations. Please note that the Transfer of Undertaking Protection of Employment Regulations 2006 (“TUPE”) may apply to the Tender. An accompanied site visit is a condition of tender, dates and times will be made available via the YORtender messaging portal in due course.
II.1.5) Estimated total value
Value excluding VAT: £500,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 35000000 - Security, fire-fighting, police and defence equipment
II.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
II.2.4) Description of the procurement
The Council invites you to submit a Tender for the provision of fire alarm services, including fire alarm maintenance, monitoring and reactive repairs across the Council's estate. The Specification covers minimum standards for fire alarm services, maintenance, monitoring and repairs on the Council’s property portfolio. The Service Provider is required to put in place a programme to maintain the systems and equipment at the Council’s Premises listed in Appendices A, B and C. Accreditation requirements are listed within the Selection Questionnaire. The Service Provider must maintain the systems and equipment in good working order and ensure that the Council remains fully compliant with statutory fire regulations. Please note that the Transfer of Undertaking Protection of Employment Regulations 2006 (“TUPE”) may apply to the Tender. An accompanied site visit is a condition of tender, dates and times will be made available via the YORtender messaging portal in due course.
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: £500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
an extension of 24 months may be available
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
Open 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
9 February 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 9 May 2024
IV.2.7) Conditions for opening of tenders
Date
9 February 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Strand
London
WC2A 2LL
tcc.issue [at] justice.gov.uk
Telephone
+44 2079476112
Country
United Kingdom
Internet address
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Strand
London
WC2A 2LL
cc.issue [at] justice.gov.uk
Telephone
+44 2079476112
Country
United Kingdom
Internet address
VI.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
Strand
London
WC2A 2LL
cc.issue [at] justice.gov.uk
Telephone
+44 2079476112
Country
United Kingdom