Summary
- OCID:
- ocds-h6vhtk-068745
- Published by:
- Leeds City Council
- Authority ID:
- AA20114
- Publication date:
- 22 April 2026
- Deadline date:
- 22 May 2026
- Notice type:
- UK4
- Has documents:
- No
- Has SPD:
- No
- Has Carbon Reduction Plan:
- N/A
Abstract
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.
Full notice text
Scope
Procurement 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.
Total value (estimated, excluding VAT)
GBP to 12000000GBP
Contract dates (estimated)
01 August 2026, 00:00AM to 31 July 2029, 23:59PM
Extension end date (if all the extensions are used): 31 July 2030
Is a framework being established?
Yes
Contracting authority
Leeds City Council
Identification register:
Address 1: Civic Hall, Calverley Street
Town/City: Leeds
Postcode: LS1 1UR
Country: United Kingdom
Public Procurement Organisation Number: PJYG-6658-PPMY
NUTS code: UKE42
Email: simon.thorpe@leeds.gov.uk
Organisation type: Public authority - sub-central government
Procedure
Procedure type
Open procedure
Is the total value above threshold?
Above threshold
Framework
Percentage fee charged to suppliers
0.0000%
Maximum number of suppliers
5
Award method when using the framework
Without reopening competition
Framework operation 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.
Lots
Divided into 2 lots
Lot 1 – Fire Stopping and Passive Fire Protection works.
Lot number: 1 Description
Fire Stopping and Passive Fire Protection works across the Council's Civic Estate.
CPV classifications
- 45343000 - Fire-prevention installation works
Lot value (estimated)
10000000 GBP Excluding VAT
12000000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Contract start date (estimated)
01 August 2026, 00:00AM
Contract end date (estimated)
31 July 2029, 23:59PM
Extension end date (estimated)
31 July 2030, 23:59PM
Can the contract be extended?
Yes
Description of extensions
1 x 12 months at the discretion of the Council.
Maximum number of lots a supplier can bid for
1
Maximum number of lots a supplier can be awarded
1
Description of how multiple lots may be awarded
Supplier's may bid for both lots.
Participation
Conditions of participation
Financial Capacity.
Conditions of participation
Relevant industry certifications, Insurance and Health & Safety
Award criteria
Weighting description
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.
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.
Lot 2 – Fire Alarm System Design, Supply and Commissioning
Lot number: 2 Description
Fire Alarm System Design, Supply and Commissioning across the civic estate
CPV classifications
- 45312100 - Fire-alarm system installation work
Lot value (estimated)
2000000 GBP Excluding VAT
2400000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Contract start date (estimated)
01 August 2026, 00:00AM
Contract end date (estimated)
31 July 2029, 23:59PM
Extension end date (estimated)
31 July 2030, 23:59PM
Can the contract be extended?
Yes
Description of extensions
1 x 12 months at the discretion of the Council.
Maximum number of lots a supplier can bid for
1
Maximum number of lots a supplier can be awarded
1
Description of how multiple lots may be awarded
Supplier's may bid for both lots.
Participation
Conditions of participation
Financial capacity
Conditions of participation
Certifications, insurance and health & safety
Award criteria
Weighting description
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.
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.
Submission
Tender submission deadline
21 May 2026, 12:00PM
Enquiry deadline
14 May 2026, 12:00PM
Date of award of contract
17 July 2026, 23:59PM
Submission address and any special instructions
https://leedscitycouncil.ukp.app.jaggaer.com/esop/ogc-host/public/leedscitycouncil/web/login.html - Tender_69
May tenders be submitted electronically?
Yes
Languages that may be used for submission
Documents
Document type
Conflict of interest
Description
Not published
Coding
Commodity categories
| ID |
Title
|
Parent category
|
| 45312100 |
Fire-alarm system installation work |
Alarm system and antenna installation work |
| 45343000 |
Fire-prevention installation works |
Fencing, railing and safety equipment installation work |
Delivery locations
| ID |
Description
|
| 100 |
UK - All |
Alert region restrictions
The buyer has restricted the alert for this notice to suppliers based in the following regions.
| ID |
Description
|
|
There are no alert restrictions for this notice.
|
About the buyer
- Main contact:
- N/a
- Admin contact:
- N/a
- Technical contact:
- N/a
- Other contact:
- N/a
Further information
|
Date
|
Details
|
|
No further information has been uploaded.
|