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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com
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
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35111000 - Firefighting equipment
- 39525400 - Fire blankets
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Contract Period: 01/11/2022 - 31-10-2025 with the option to extend for a further 2 x 12 month period extensions, until 31/10/2027
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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
In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, applicants will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Information and formalities necessary for evaluating if requirements are met in accordance with Regulations 57-58 of the Public Contracts Regulations 2015 is set out in the Selection Questionnaire which is available at: https://yortender.eu-supply.com
three.1.3) Technical and professional ability
List and brief description of selection criteria
Economic operators are asked to provide examples of relevant experience in accordance with the requirements set out within Section 6 of the SQ (available to download at: https://yortender.eu-supply.com).
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
3 October 2022
Local time
1:00pm
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: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 October 2022
Local time
1:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
i) To express an interest in this procurement please register at: -https://yortender.eu-supply.com
ii) Expressions of interest must be submitted from the candidates' registered office address by the deadline set out in IV2.2. above and in accordance with the instructions set out in the Selection Questionnaire.
iii) The procurement timetable set out in the Procurement Documents is indicative only and Kirklees Council reserves the right to change and/or amend it at their sole discretion.
iv) The estimates given in Section II.1.5 and II.2.5 of this Notice are strictly estimated values only.
v) Furthermore, please note that estimates given in Section II.1.5 and II.2.5 of this Notice are based on third party estimates and the principal contracting authority gives no warranty as to the accuracy to said data.
vi) Right to Cancel - Kirklees Council reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract and does not bind itself to accept the lowest tender, or any tender received, and reserve the right to award the contract in part, or to call for new tenders should it consider this necessary.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contract Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract is communicated to economic operators.
This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award (or non-award) of the Contract. Such additional information can be requested from the address at Sections I.1 and I.3 of this Notice above.
If an appeal regarding the award (or non-award) of the Contract is not successfully resolved, then the Regulations 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, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the Contract award procedures have not been followed correctly, declare the Contract to be ineffective.