Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Halton Housing
7744
Waterfront Point, Warrington Road
Widnes
WA80TD
UK
Contact person: Claire Paton
E-mail: tenders@cirruspurchasing.co.uk
NUTS: UKD6
Internet address(es)
Main address: https://www.haltonhousing.co.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Halton Housing Fire Door and Fire Door Furniture- Supply Only
Reference number: 906071813
II.1.2) Main CPV code
44221220
II.1.3) Type of contract
Supplies
II.1.4) Short description
Halton Housing sought bids from suppliers to supply fire doors and relevant fire door furniture (including fire rated letter boxes, spy holes, handles, hinges and door closers).
All door furniture must be tested and certified for use with the door set and must include the relevant door plugs and certification.
The outcome of the tender process will be a single contract with one supplier. The contract will be for an initial 3 years with 2 annual options to extend by a further 12 months on each occasion, up to a maximum 5 years total contract term, subject to HH requirements and the performance of the successful supplier.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
200 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
44221220
44500000
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Delivery of materials will be predominantly within the Halton Borough area however Halton Housing may require deliveries in the wider North West region to support outlying properties within their property portfolio.
II.2.4) Description of the procurement
Halton Housing sought bids from suppliers to supply fire doors and relevant fire door furniture for Halton Housing's residential and commercial stock.
The outcome of the tender process is a single contract with one service provider. The contract will be for an initial 3 years with 2 annual options to extend by a further 12 months on each occasion, up to a maximum 5 years total contract term, subject to HH requirements and the performance of the successful supplier.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.11) Information about options
Options:
Yes
Description of options:
The contract will be for an initial 3 years with 2 annual options to extend by a further 12 months on each occasion, up to a maximum 5 years total contract term, subject to Halton Housing requirements and the performance of the successful supplier.
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-038506
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
25/02/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Heron Manufacture Limited T/A Heron Fire Doors
NI031984
69 Drum Road
Cookstown
BT808QS
UK
NUTS: UKN
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 200 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This procurement process was conducted under PCR 2015.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Royal Courts of Justice
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
A mandatory 10 day standstill period was held prior to awarding the contract.
VI.5) Date of dispatch of this notice
28/05/2025