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
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
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
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom