{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-068745-2026-04-21T12:42:44+01:00",
    "date": "2026-04-21T12:42:44+01:00",
    "ocid": "ocds-h6vhtk-068745",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJYG-6658-PPMY",
            "name": "Leeds City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJYG-6658-PPMY"
            },
            "address": {
                "streetAddress": "Civic Hall, Calverley Street",
                "locality": "Leeds",
                "postalCode": "LS1 1UR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE42"
            },
            "contactPoint": {
                "email": "simon.thorpe@leeds.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJYG-6658-PPMY",
        "name": "Leeds City Council"
    },
    "tender": {
        "id": "ocds-h6vhtk-068745",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Fire Risk Assessment Works (Civic Buildings) Closed Framework 2026 - 2029",
        "description": "Leeds City Council is looking to undertake an above-threshold procurement exercise using the open procedure in line with Section 20(2)(a) of the Procurement Act 2023, to establish a closed framework to deliver Fire Stopping and Passive Fire Protection works and Fire Alarm system Design, Supply and Commissioning across the civic estate. It is envisaged that it will be a JCT Framework Agreement 2024 Schedule of Amendments and the underlying contracts will be the JCT Measured Term 2024 Contract with a Schedule of Amendments.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45343000",
                        "description": "Fire-prevention installation works"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45312100",
                        "description": "Fire-alarm system installation work"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 14400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 5,
                "method": "withoutReopeningCompetition",
                "type": "closed",
                "description": "The Council intends to appoint up to 5 contractors to Lot 1 Fire Stopping and Passive Fire Protection works to ensure that there is sufficient capacity to carry out these statutory works. Work packages will be allocated on a rotational basis with the first works package being allocated to the first ranked contractor following the procurement exercise and the second works package being allocated to the second ranked contractor and so on before reverting to the first ranked contractor. The Council intends to appoint up to 2 contractors to Lot 2 Fire Alarm Design, Supply and Commissioning to the civic estate. Work will be allocated on a rotational basis with the first ranked contractor obtaining the first allocation and then the second ranked contactor obtaining the second allocation before reverting to the first ranked contractor."
            }
        },
        "submissionMethodDetails": "https://leedscitycouncil.ukp.app.jaggaer.com/esop/ogc-host/public/leedscitycouncil/web/login.html - Tender_69",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-21T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-05-14T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-17T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Fire Stopping and Passive Fire Protection works.",
                "description": "Fire Stopping and Passive Fire Protection works across the Council's Civic Estate.",
                "status": "active",
                "value": {
                    "amountGross": 12000000,
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Tenderers will have their submissions evaluated on a Quality / Price separated basis. Quality assessments will be carried out first, with tenderers who meet the minimum overall score threshold of 60% then having their pricing assessed which will be based on a schedule of sample pricing document for both lots. Therefore, contracts will be awarded to those tenderers who meet the minimum quality thresholds and submit the lowest prices.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "A quality price separated apporach in which tenderers must achieve the minimum quality thresholds following which the tender will be evaluated 100% on price."
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "A quality price separated apporach in which tenderers must achieve the minimum quality thresholds following which the tender will be evaluated 100% on price."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Financial Capacity."
                        },
                        {
                            "type": "technical",
                            "description": "Relevant industry certifications, Insurance and Health & Safety"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00+01:00",
                    "endDate": "2029-07-31T23:59:59+01:00",
                    "maxExtentDate": "2030-07-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "1 x 12 months at the discretion of the Council."
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Fire Alarm System Design, Supply and Commissioning",
                "description": "Fire Alarm System Design, Supply and Commissioning across the civic estate",
                "status": "active",
                "value": {
                    "amountGross": 2400000,
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Tenderers will have their submissions evaluated on a Quality / Price separated basis. Quality assessments will be carried out first, with tenderers who meet the minimum overall score threshold of 60% then having their pricing assessed which will be based on a schedule of sample pricing document for both lots. Therefore, contracts will be awarded to those tenderers who meet the minimum quality thresholds and submit the lowest prices.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "A quality price separated apporach in which tenderers must achieve the minimum quality thresholds following which the tender will be evaluated 100% on price."
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "A quality price separated apporach in which tenderers must achieve the minimum quality thresholds following which the tender will be evaluated 100% on price."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Financial capacity"
                        },
                        {
                            "type": "technical",
                            "description": "Certifications, insurance and health & safety"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00+01:00",
                    "endDate": "2029-07-31T23:59:59+01:00",
                    "maxExtentDate": "2030-07-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "1 x 12 months at the discretion of the Council."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 1,
            "maximumLotsAwardedPerSupplier": 1,
            "awardCriteria": {
                "description": "Supplier's may bid for both lots."
            }
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "036052-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/036052-2026",
                "datePublished": "2026-04-21T12:42:44+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}