Section one: Contracting authority
one.1) Name and addresses
The North Yorkshire Council
County Hall, Racecourse Lane,
Northallerton
DL7 8AD
Contact
Claire Bell
claire.bell4@northyorks.gov.uk
Telephone
+44 1609533450
Country
United Kingdom
Region code
UKE22 - North Yorkshire CC
National registration number
8867655
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104117
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
Automatic Door & Gates: Servicing, Remedial & Renewal
Reference number
79486
two.1.2) Main CPV code
- 50711000 - Repair and maintenance services of electrical building installations
two.1.3) Type of contract
Services
two.1.4) Short description
The overall objective of this Contact is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all Automatic Doors and Gates under this agreement meet health & safety requirements and are maintained appropriately.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,200,000
two.2) Description
two.2.1) Title
Lot 1 - North
Lot No
1
two.2.2) Additional CPV code(s)
- 42961100 - Access control system
- 44221200 - Doors
two.2.3) Place of performance
NUTS codes
- UKE22 - North Yorkshire CC
two.2.4) Description of the procurement
The overall objective of this Contact is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all Automatic Doors and Gates under this agreement meet health & safety requirements and are maintained appropriately.
Lot 1 services are to be delivered in the North of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.
two.2.5) Award criteria
Quality criterion - Name: Policy / Process / Standard Operating Procedures / Weighting: 2
Quality criterion - Name: Employee & Sub-Contractor Competency / Weighting: 4
Quality criterion - Name: Mobilisation Plan / Weighting: 3
Quality criterion - Name: First Time Fix / Weighting: 3
Quality criterion - Name: Auditing / Weighting: 2
Quality criterion - Name: Supply Chain Management / Weighting: 2
Quality criterion - Name: Helpdesk / Weighting: 4
Quality criterion - Name: Continuous Improvement / Weighting: 2
Quality criterion - Name: Contract Management Team / Weighting: 4
Quality criterion - Name: Geographical Structure / Weighting: 2
Quality criterion - Name: Organisation Chart / Weighting: 2
Price - Weighting: 70
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
two.2) Description
two.2.1) Title
Lot 2 - East
Lot No
2
two.2.2) Additional CPV code(s)
- 42961100 - Access control system
- 44221200 - Doors
two.2.3) Place of performance
NUTS codes
- UKE22 - North Yorkshire CC
two.2.4) Description of the procurement
The overall objective of this Contact is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all Automatic Doors and Gates under this agreement meet health & safety requirements and are maintained appropriately.
Lot 2 services are to be delivered in the East of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.
two.2.5) Award criteria
Quality criterion - Name: Policy / Process / Standard Operating Procedures / Weighting: 2
Quality criterion - Name: Employee & Sub-Contractor Competency / Weighting: 4
Quality criterion - Name: Mobilisation Plan / Weighting: 3
Quality criterion - Name: First Time Fix / Weighting: 3
Quality criterion - Name: Auditing / Weighting: 2
Quality criterion - Name: Supply Chain Management / Weighting: 2
Quality criterion - Name: Helpdesk / Weighting: 4
Quality criterion - Name: Continuous Improvement / Weighting: 2
Quality criterion - Name: Contract Management Team / Weighting: 4
Quality criterion - Name: Geographical Structure / Weighting: 2
Quality criterion - Name: Organisation Chart / Weighting: 2
Price - Weighting: 70
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
two.2) Description
two.2.1) Title
Lot 3 - West
Lot No
3
two.2.2) Additional CPV code(s)
- 42961100 - Access control system
- 44221200 - Doors
two.2.3) Place of performance
NUTS codes
- UKE22 - North Yorkshire CC
two.2.4) Description of the procurement
The overall objective of this Contact is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all Automatic Doors and Gates under this agreement meet health & safety requirements and are maintained appropriately.
Lot 3 services are to be delivered in the West of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.
two.2.5) Award criteria
Quality criterion - Name: Policy / Process / Standard Operating Procedures / Weighting: 2
Quality criterion - Name: Employee & Sub-Contractor Competency / Weighting: 4
Quality criterion - Name: Mobilisation Plan / Weighting: 3
Quality criterion - Name: First Time Fix / Weighting: 3
Quality criterion - Name: Auditing / Weighting: 2
Quality criterion - Name: Supply Chain Management / Weighting: 2
Quality criterion - Name: Helpdesk / Weighting: 4
Quality criterion - Name: Continuous Improvement / Weighting: 2
Quality criterion - Name: Contract Management Team / Weighting: 4
Quality criterion - Name: Geographical Structure / Weighting: 2
Quality criterion - Name: Organisation Chart / Weighting: 2
Price - Weighting: 70
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 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: 2023/S 000-029852
Section five. Award of contract
Contract No
79486-1
Lot No
1
Title
Lot 1 - North
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 April 2024
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Gem automatic door services ltd
Unit 23 factory estate
Hull
Hu3 4ay
Country
United Kingdom
NUTS code
- UKE11 - Kingston upon Hull, City of
National registration number
10589627
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: £1,400,000
Total value of the contract/lot: £1,400,000
Section five. Award of contract
Contract No
79486-2
Lot No
2
Title
Lot 2 - East
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 April 2024
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Gem automatic door services ltd
Unit 23 factory estate
Hull
Hu3 4ay
Country
United Kingdom
NUTS code
- UKE11 - Kingston upon Hull, City of
National registration number
10589627
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: £1,400,000
Total value of the contract/lot: £1,400,000
Section five. Award of contract
Contract No
79486-3
Lot No
3
Title
Lot 3 - West
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 March 2024
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
JPF Systems Ltd
Unit 1 & 2 Apex Court
Bromborough
CH62 3RE
Telephone
+44 08000838630
Country
United Kingdom
NUTS code
- UKD72 - Liverpool
National registration number
693 6401 1
Internet address
http://www.theautomaticdoorco.com
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: £1,400,000
Total value of the contract/lot: £1,400,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
North Yorkshire Council shall in accordance with the Public Contracts (Amendment) Regulations 2015, incorporate a minimum 10 day standstill period commencing at the point that information on the intention to award the contract is sent to tenderers.
The Council shall, as soon as possible after the decision has been made, inform the tenderers and candidates of its decision, and shall do so by notice in writing by the most rapid means of communication practicable.
Should additional information be required, please contact the person cited in paragraph I.1) of this form. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations2015 (SI 2015 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England and Wales).
Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the 10 day standstill period, if no further debriefing has been requested, the Court may only award damages once the contract has been entered into.
six.4.4) Service from which information about the review procedure may be obtained
The Royal Courts of Justice
The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice