Notice Information
Notice Title
Supply & Service Maintenance of Fire Safety Equipment
Notice Description
The Council of the Borough of Kirklees (the "Council") is conducting this procurement process using the open procedure in accordance with the Public Contracts Regulations 2015 ("PCR"). Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of Supply and Service Maintenance of Fire Safety Equipment. The Council require an expert competent organisation who is required to inspect, service and maintain all Fire Safety Equipment within the Kirklees area, to the frequencies governed by our statutory obligations. The delivery of the service undertaken by the Contractor shall enable the Council to meet their statutory obligations. The Council's portfolio of Fire Safety Equipment includes Fire Extinguishers, Blankets, Dry Risers and Gas Suppression Systems. The tender documents are available for interested suppliers to access from https://yortender.eu-supply.com/login.asp?B=YORTENDER
Lot Information
Lot 1
Invitations to Tender will be advertised and managed through the regional procurement portal, which is available at the address set out in Section I.3 of this Notice (https://yortender.eu-supply.com). Interested economic operators for the service must express their interest in this opportunity via YORtender, by downloading the documentation and submitting their full tender response by the deadline detailed at Section lV.2.2 of this notice. Bidders should submit their Tender Submission Document and Pricing Schedule together by the deadline for initial tenders. Bidders should note that their Tender responses will only be evaluated substantively once suitability of the Bidders has been assessed in accordance with the selection criteria and minimum levels of suitability, as detailed in the Selection Questionnaire (SQ) as part of the Submission Document. Bidders who fail to satisfy the minimum requirements stipulated in the SQ will be eliminated from the process at this stage and their Tender response will not be subject to further evaluation. Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of Supply and Service Maintenance of Fire Safety Equipment. The Council require an expert competent organisation who is required to inspect, service and maintain all Fire Safety Equipment within the Kirklees area, to the frequencies governed by our statutory obligations. The delivery of the service undertaken by the Contractor shall enable the Council to meet their statutory obligations. The Council's portfolio of Fire Safety Equipment includes Fire Extinguishers, Blankets, Dry Risers and Gas Suppression Systems. The Contract is expected to commence on 1st November for an initial period of 3 years with an option to extend for a further 2 x 12 month periods up to 31st October 2027
Renewal: Contract Period: 01/11/2022 - 31-10-2025 with the option to extend for a further 2 x 12 month period extensions, until 31/10/2027
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0364a2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004708-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
50 - Repair and maintenance services
-
- CPV Codes
35111000 - Firefighting equipment
50413200 - Repair and maintenance services of firefighting equipment
Notice Value(s)
- Tender Value
- £300,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £300,000 £100K-£500K
Notice Dates
- Publication Date
- 15 Feb 20233 years ago
- Submission Deadline
- 3 Oct 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 1 Dec 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KIRKLEES COUNCIL
- Contact Name
- Victoria Illingworth
- Contact Email
- victoria.illingworth@kirklees.gov.uk
- Contact Phone
- +44 1484221000
Buyer Location
- Locality
- HUDDERSFIELD
- Postcode
- HD1 6NT
- Post Town
- Huddersfield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE44 Calderdale and Kirklees
- Delivery Location
- TLE44 Calderdale and Kirklees
-
- Local Authority
- Kirklees
- Electoral Ward
- Dalton
- Westminster Constituency
- Huddersfield
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0364a2-2023-02-15T20:27:30Z",
"date": "2023-02-15T20:27:30Z",
"ocid": "ocds-h6vhtk-0364a2",
"description": "i) To express an interest in this procurement please register at: -https://yortender.eu-supply.com ii) Expressions of interest must be submitted from the candidates' registered office address by the deadline set out in IV2.2. above and in accordance with the instructions set out in the Selection Questionnaire. iii) The procurement timetable set out in the Procurement Documents is indicative only and Kirklees Council reserves the right to change and/or amend it at their sole discretion. iv) The estimates given in Section II.1.5 and II.2.5 of this Notice are strictly estimated values only. v) Furthermore, please note that estimates given in Section II.1.5 and II.2.5 of this Notice are based on third party estimates and the principal contracting authority gives no warranty as to the accuracy to said data. vi) Right to Cancel - Kirklees Council reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract and does not bind itself to accept the lowest tender, or any tender received, and reserve the right to award the contract in part, or to call for new tenders should it consider this necessary.",
"initiationType": "tender",
"tender": {
"id": "KMCFM-013",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Supply & Service Maintenance of Fire Safety Equipment",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
},
"mainProcurementCategory": "services",
"description": "The Council of the Borough of Kirklees (the \"Council\") is conducting this procurement process using the open procedure in accordance with the Public Contracts Regulations 2015 (\"PCR\"). Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of Supply and Service Maintenance of Fire Safety Equipment. The Council require an expert competent organisation who is required to inspect, service and maintain all Fire Safety Equipment within the Kirklees area, to the frequencies governed by our statutory obligations. The delivery of the service undertaken by the Contractor shall enable the Council to meet their statutory obligations. The Council's portfolio of Fire Safety Equipment includes Fire Extinguishers, Blankets, Dry Risers and Gas Suppression Systems. The tender documents are available for interested suppliers to access from https://yortender.eu-supply.com/login.asp?B=YORTENDER",
"value": {
"amount": 300000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Invitations to Tender will be advertised and managed through the regional procurement portal, which is available at the address set out in Section I.3 of this Notice (https://yortender.eu-supply.com). Interested economic operators for the service must express their interest in this opportunity via YORtender, by downloading the documentation and submitting their full tender response by the deadline detailed at Section lV.2.2 of this notice. Bidders should submit their Tender Submission Document and Pricing Schedule together by the deadline for initial tenders. Bidders should note that their Tender responses will only be evaluated substantively once suitability of the Bidders has been assessed in accordance with the selection criteria and minimum levels of suitability, as detailed in the Selection Questionnaire (SQ) as part of the Submission Document. Bidders who fail to satisfy the minimum requirements stipulated in the SQ will be eliminated from the process at this stage and their Tender response will not be subject to further evaluation. Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of Supply and Service Maintenance of Fire Safety Equipment. The Council require an expert competent organisation who is required to inspect, service and maintain all Fire Safety Equipment within the Kirklees area, to the frequencies governed by our statutory obligations. The delivery of the service undertaken by the Contractor shall enable the Council to meet their statutory obligations. The Council's portfolio of Fire Safety Equipment includes Fire Extinguishers, Blankets, Dry Risers and Gas Suppression Systems. The Contract is expected to commence on 1st November for an initial period of 3 years with an option to extend for a further 2 x 12 month periods up to 31st October 2027",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Contract Period: 01/11/2022 - 31-10-2025 with the option to extend for a further 2 x 12 month period extensions, until 31/10/2027"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Price",
"type": "cost",
"description": "40%"
},
{
"name": "Quality",
"type": "cost",
"description": "60%"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35111000",
"description": "Firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKE44"
},
{
"region": "UKE44"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://yortender.eu-supply.com",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, applicants will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Information and formalities necessary for evaluating if requirements are met in accordance with Regulations 57-58 of the Public Contracts Regulations 2015 is set out in the Selection Questionnaire which is available at: https://yortender.eu-supply.com",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Economic operators are asked to provide examples of relevant experience in accordance with the requirements set out within Section 6 of the SQ (available to download at: https://yortender.eu-supply.com).",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-10-03T13:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 270
}
},
"awardPeriod": {
"startDate": "2022-10-03T13:30:00+01:00"
},
"bidOpening": {
"date": "2022-10-03T13:30:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contract Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract is communicated to economic operators. This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award (or non-award) of the Contract. Such additional information can be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award (or non-award) of the Contract is not successfully resolved, then the Regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the Contract award procedures have not been followed correctly, declare the Contract to be ineffective."
},
"parties": [
{
"id": "GB-FTS-62627",
"name": "Kirklees Council",
"identifier": {
"legalName": "Kirklees Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Vine Street",
"locality": "HUDDERSFIELD",
"region": "UKE44",
"postalCode": "HD16NT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Victoria Illingworth",
"telephone": "+44 1484221000",
"email": "victoria.illingworth@kirklees.gov.uk",
"url": "https://yortender.eu-supply.com"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.kirklees.gov.uk",
"buyerProfile": "http://www.kirklees.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-136",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-COH-978651",
"name": "Amalgamated Ltd",
"identifier": {
"legalName": "Amalgamated Ltd",
"id": "978651",
"scheme": "GB-COH"
},
"address": {
"locality": "Manchester",
"region": "UKD33",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-62627",
"name": "Kirklees Council"
},
"language": "en",
"awards": [
{
"id": "004708-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-978651",
"name": "Amalgamated Ltd"
}
]
}
],
"contracts": [
{
"id": "004708-2023-1",
"awardID": "004708-2023-1",
"status": "active",
"value": {
"amount": 300000,
"currency": "GBP"
},
"dateSigned": "2022-12-01T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
}
]
}
}