Tender

Passive and Active Fire Safety Services

  • Yorkshire Housing Limited

F02: Contract notice

Notice identifier: 2025/S 000-000043

Procurement identifier (OCID): ocds-h6vhtk-04cd47

Published 2 January 2025, 4:16pm



Section one: Contracting authority

one.1) Name and addresses

Yorkshire Housing Limited

C/O Trowers & Hamlins LLP 3 Bunhill Row

London

EC1Y 8YZ

Contact

Emma Darby

Email

Emma.darby@yorkshirehousing.co.uk

Telephone

+44 03453664404

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

National registration number

30443R

Internet address(es)

Main address

www.Yorkshirehousing.co.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/168110

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88937&B=YORKSHIREHOUSING

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Passive and Active Fire Safety Services

Reference number

25-097

two.1.2) Main CPV code

  • 75251110 - Fire-prevention services

two.1.3) Type of contract

Services

two.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

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Passive and Active Fire Safety Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35111300 - Fire extinguishers
  • 39525400 - Fire blankets
  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 45343000 - Fire-prevention installation works
  • 45343100 - Fireproofing work
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

KPI's for servicing included within the procurement documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 February 2025

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 1 July 2025

four.2.7) Conditions for opening of tenders

Date

3 February 2025

Local time

2:00pm

Place

Online opening will be conducted by the tendering portal


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Service - Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom