Contract notice

Information

Published

Expire date: 09/02/2024

External Reference: 2024-597633

FTS Reference: 2024-000028

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

The Borough Council of Calderdale
184 3147 61
Town Hall, Crossley Street
Halifax
HX1 1UJ
UK
Contact person: Rachel Jefford
NUTS code:  UKE44 -  Calderdale and Kirklees
Internet address(es):
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=76292&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
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

Provision of Fire Alarm Services, including Fire Alarm Maintenance, Monitoring and Reactive Repairs
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Council invites you to submit a Tender for the provision of fire alarm services, including fire alarm maintenance, monitoring and reactive repairs across the Council's estate. The Specification covers minimum standards for fire alarm services, maintenance, monitoring and repairs on the Council’s property portfolio. The Service Provider is required to put in place a programme to maintain the systems and equipment at the Council’s Premises listed in Appendices A, B and C. Accreditation requirements are listed within the Selection Questionnaire. The Service Provider must maintain the systems and equipment in good working order and ensure that the Council remains fully compliant with statutory fire regulations. Please note that the Transfer of Undertaking Protection of Employment Regulations 2006 (“TUPE”) may apply to the Tender. An accompanied site visit is a condition of tender, dates and times will be made available via the YORtender messaging portal in due course.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

35000000  -  Security, fire-fighting, police and defence equipment
II.2.3)

Place of performance

NUTS code:  UKE44 -  Calderdale and Kirklees
II.2.4)

Description of the procurement

The Council invites you to submit a Tender for the provision of fire alarm services, including fire alarm maintenance, monitoring and reactive repairs across the Council's estate. The Specification covers minimum standards for fire alarm services, maintenance, monitoring and repairs on the Council’s property portfolio. The Service Provider is required to put in place a programme to maintain the systems and equipment at the Council’s Premises listed in Appendices A, B and C. Accreditation requirements are listed within the Selection Questionnaire. The Service Provider must maintain the systems and equipment in good working order and ensure that the Council remains fully compliant with statutory fire regulations. Please note that the Transfer of Undertaking Protection of Employment Regulations 2006 (“TUPE”) may apply to the Tender. An accompanied site visit is a condition of tender, dates and times will be made available via the YORtender messaging portal in due course.
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: 500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
an extension of 24 months may be available
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.1.2)

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/02/2024
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  09/05/2024
IV.2.7)

Conditions for opening of tenders

Date:  09/02/2024
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476112
Internet address: https://www.judiciary.uk/

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476112
Internet address: https://www.judiciary.uk/

VI.4.4)

Service from which information about the review procedure may be obtained

High Court of England and Wales
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476112
Internet address: https://www.judiciary.uk/