Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Yorkshire Housing Limited
30443R
C/O Trowers & Hamlins LLP 3 Bunhill Row
London
EC1Y 8YZ
UK
Contact person: Emma Darby
Telephone: +44 03453664404
E-mail: Emma.darby@yorkshirehousing.co.uk
NUTS: UKE
Internet address(es)
Main address: www.Yorkshirehousing.co.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/168110
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=88937&B=YORKSHIREHOUSING
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88937&B=YORKSHIREHOUSING
Tenders or requests to participate must be sent to the abovementioned 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
Passive and Active Fire Safety Services
Reference number: 25-097
II.1.2) Main CPV code
75251110
II.1.3) Type of contract
Services
II.1.4) Short description
Fire safety Services covering Lot 1 Passive Fire Safety A Compartmentation Works B Fire Door Remediation C Fire Door Installation
Lot 2 Active Fire Safety Fire Alarm Service & Repair Emergency Lighting Service and repair AOV Dry Risers Lot 3 Supply and maintenance of Fire Fighting Equipment Across our properties covering all of Yorkshire
II.1.5) Estimated total value
Value excluding VAT:
4 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Passive and Active Fire Safety Services
II.2.2) Additional CPV code(s)
31625000
31625100
31625200
35111300
39525400
44221220
44480000
45343000
45343100
51700000
II.2.3) Place of performance
NUTS code:
UKE
II.2.4) Description of the procurement
Fire safety Services covering Lot 1 Passive Fire Safety A Compartmentation Works B Fire Door Remediation C Fire Door Installation
Lot 2 Active Fire Safety Fire Alarm Service & Repair Emergency Lighting Service and repair AOV Dry Risers Lot 3 Supply and maintenance of Fire Fighting Equipment Across our properties covering all of Yorkshire
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:
4 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
2 x 12 month extensions available
II.2.9) Information about the limits on the number of candidates to be invited
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Specific Lots have trade specific accreditation and qualifications as per the tender documentation.
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
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
KPI's for servicing included within the procurement documentation
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 4
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/02/2025
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/07/2025
IV.2.7) Conditions for opening of tenders
Date:
03/02/2025
Local time: 14:00
Place:
Online opening will be conducted by the tendering portal
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Service - Cabinet Office
London
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice
02/01/2025