Construction Tenders

Sat October 19 2024

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 2nd Jan 2024

Tender Details
Referenceocds-h6vhtk-042a44
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£500,000
« Previous Page

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 2nd Jan 2024

Tender Details
Referenceocds-h6vhtk-042a44
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen 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

Email

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

Email

tcc.issue [at] justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

Strand

London

WC2A 2LL

Email

cc.issue [at] justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/

VI.4.4) Service from which information about the review procedure may be obtained

High Court of England and Wales

Strand

London

WC2A 2LL

Email

cc.issue [at] justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/