Section one: Contracting authority
one.1) Name and addresses
Leeds Jewish Housing Association
Stonegategate Way, Queenshill Avenue
Leeds
LS17 6FD
Contact
Mr Dave Harrison
david@archpropertysolutions.co.uk
Telephone
+44 01132606061
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
one.4) Type of the contracting authority
Other type
Social Housing
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Leeds Jewish Housing Association Fire Door Repairs and Replacement
Reference number
DN672549
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Leeds Jewish Housing Association (LJHA) is a Registered Social Landlord based in north Leeds who provide affordable housing to a predominantly Jewish community. LJHA own and manage in excess of 500 properties within the LS17 district. As part of the associations ongoing fire safety works, repairs and replacements to the associations fire doors are required to meet the requirements of the Regulatory Reform Order 2005 and Fire Safety (England) Regulations 2022.
Suitably qualified contractors with third party accreditation within the fire safety sector are being invited to tender on a range of ‘schedule of works’ (SOWs) based upon the findings and recommendations from the fire door inspection regime in accordance with the specification enclosed within the tender documents. Typical examples of the work types include the following:
a) Replacement fire doors and frames
b) Replacement fire door ironmongery (hinges, letter boxes, locks etc)
c) Fire door signage (Keep Closed, Keep Locked etc)
d) Replacement intumescent strips and cold smoke seals
e) Replacement overhead door closers
The project is to be delivered over three financial years and the project will be prioritised based upon the risks associated with each scheme. Although the project is primarily a planned maintenance programme, the client may offer works on a reactive basis.
Some devises such as door closers and locking mechanisms are electronic and connected to other systems such as fire detection and door entry. The contractor is to ensure that they have the relevant technical expertise to undertake works of this nature.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Leeds Jewish Housing Association (LJHA) is a Registered Social Landlord based in north Leeds who provide affordable housing to a predominantly Jewish community. LJHA own and manage in excess of 500 properties within the LS17 district. As part of the associations ongoing fire safety works, repairs and replacements to the associations fire doors are required to meet the requirements of the Regulatory Reform Order 2005 and Fire Safety (England) Regulations 2022.
Suitably qualified contractors with third party accreditation within the fire safety sector are being invited to tender on a range of ‘schedule of works’ (SOWs) based upon the findings and recommendations from the fire door inspection regime in accordance with the specification enclosed within the tender documents. Typical examples of the work types include the following:
a) Replacement fire doors and frames
b) Replacement fire door ironmongery (hinges, letter boxes, locks etc)
c) Fire door signage (Keep Closed, Keep Locked etc)
d) Replacement intumescent strips and cold smoke seals
e) Replacement overhead door closers
The project is to be delivered over three financial years and the project will be prioritised based upon the risks associated with each scheme. Although the project is primarily a planned maintenance programme, the client may offer works on a reactive basis. The contract is to be awarded for 2 years subject to an annual performance review with an optional one year plus one year extension should both parties wish to continue.
Some devises such as door closers and locking mechanisms are electronic and connected to other systems such as fire detection and door entry. The contractor is to ensure that they have the relevant technical expertise to undertake works of this nature.
Interested parties are invited to submit their response based on the information contained in the tender.
two.2.5) Award criteria
Quality criterion - Name: See Tender Docs / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
23 October 2023
End date
18 October 2027
This contract is subject to renewal
No
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 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.2.2) Time limit for receipt of tenders or requests to participate
Date
14 July 2023
Local time
12:00pm
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 July 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom