Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Vine Street
HUDDERSFIELD
HD16NT
Contact
Victoria Illingworth
victoria.illingworth@kirklees.gov.uk
Telephone
+44 1484221000
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's 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
Supply & Service Maintenance of Fire Safety Equipment
Reference number
KMCFM-013
two.1.2) Main CPV code
- 50413200 - Repair and maintenance services of firefighting equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The Council of the Borough of Kirklees (the "Council") is conducting this procurement
process using the open procedure in accordance with the Public Contracts Regulations 2015
("PCR").
Tenders are invited by the Council from Suppliers with relevant experience and ability to
demonstrate sufficient capacity for the provision of Supply and Service Maintenance of Fire
Safety Equipment.
The Council require an expert competent organisation who is required to inspect, service and
maintain all Fire Safety Equipment within the Kirklees area, to the frequencies governed by
our statutory obligations. The delivery of the service undertaken by the Contractor shall
enable the Council to meet their statutory obligations.
The Council's portfolio of Fire Safety Equipment includes Fire Extinguishers, Blankets, Dry
Risers and Gas Suppression Systems.
The tender documents are available for interested suppliers to access from https://yortender.eu-supply.com/login.asp?B=YORTENDER
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £300,000
two.2) Description
two.2.2) Additional CPV code(s)
- 35111000 - Firefighting equipment
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
Invitations to Tender will be advertised and managed through the regional procurement portal, which is available at the address set out in Section I.3 of this Notice (https://yortender.eu-supply.com). Interested economic operators for the service must express their interest in this opportunity via YORtender, by downloading the documentation
and submitting their full tender response by the deadline detailed at Section lV.2.2 of this notice. Bidders should submit their Tender Submission Document and Pricing Schedule
together by the deadline for initial tenders. Bidders should note that their Tender responses will only be evaluated substantively once suitability of the Bidders has been assessed in accordance with the selection criteria and minimum levels of suitability, as detailed in the Selection Questionnaire (SQ) as part of the Submission Document. Bidders who fail to satisfy the minimum requirements stipulated in the SQ will be eliminated from the process at this stage and their Tender response will not be subject to further evaluation.
Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of Supply and Service Maintenance of Fire
Safety Equipment. The Council require an expert competent organisation who is required to inspect, service and maintain all Fire Safety Equipment within the Kirklees area, to the frequencies governed by our statutory obligations. The delivery of the service undertaken by the Contractor shall enable the Council to meet their statutory obligations. The Council's portfolio of Fire Safety Equipment includes Fire Extinguishers, Blankets, Dry Risers and Gas Suppression Systems.
The Contract is expected to commence on 1st November for an initial period of 3 years with an option to extend for a further 2 x 12 month periods up to 31st October 2027
two.2.5) Award criteria
Cost criterion - Name: Price / Weighting: 40%
Cost criterion - Name: Quality / Weighting: 60%
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-024374
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 December 2022
five.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Amalgamated Ltd
Manchester
Country
United Kingdom
NUTS code
- UKD33 - Manchester
Companies House
978651
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £300,000
Total value of the contract/lot: £300,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom