Tender

Alarms (Intruder and Fire): Servicing and Responsive Maintenance Framework

  • North Yorkshire County Council

F02: Contract notice

Notice identifier: 2021/S 000-026095

Procurement identifier (OCID): ocds-h6vhtk-02ed5c

Published 19 October 2021, 12:10pm



Section one: Contracting authority

one.1) Name and addresses

North Yorkshire County Council

County Hall, Racecourse Lane,

Northallerton

DL7 8AD

Contact

Patricia Murphy

Email

patricia.murphy@northyorks.gov.uk

Country

United Kingdom

NUTS code

UKE2 - North Yorkshire

National registration number

8867655

Internet address(es)

Main address

https://www.northyorks.gov.uk

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104117

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=40017&B=UK

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=40017&B=UK

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

Alarms (Intruder and Fire): Servicing and Responsive Maintenance Framework

Reference number

46474

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

The overall objective of this service is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all Emergency Call Systems, Emergency Lighting Systems, Fire Alarm Systems, Fire Curtain Systems, Intruder Alarm Systems and Panic Alarm Systems under this agreement meet health & safety requirements and are maintained appropriately to Properties within the County of North Yorkshire and surrounding Council Authority Areas districts.

two.1.5) Estimated total value

Value excluding VAT: £2,840,000

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

Alarms (Intruder and Fire) - East

Lot No

1

two.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
  • UKE22 - North Yorkshire CC
  • UKE21 - York
  • UKE12 - East Riding of Yorkshire
  • UKE11 - Kingston upon Hull, City of
  • UKC12 - South Teesside
  • UKC11 - Hartlepool and Stockton-on-Tees

two.2.4) Description of the procurement

This lot covers the following surrounding Council Authority district areas:

• North Yorkshire (East only – Appendix A shows the exact geographical split)

• Redcar & Cleveland

• Middlesborough

• Stockton-on Tees

• Hartlepool

• York

• East Riding of Yorkshire

• Doncaster

• Kingston upon Hull

All of the Authority’s corporate Properties are managed directly by the Authority and hence all works for these Properties are intended be covered throughout the duration of the framework. Properties not maintained and/or owned by the Authority (i.e. schools, Pupil referral units, and other public authorities) have the option to sign up to or out of this framework as part of the Authority’s traded service.

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: £1,420,000

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

Two year initial period, followed by two further 12 month periods.

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

two.2) Description

two.2.1) Title

Alarms (Intruder and Fire) - West

Lot No

2

two.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire
  • UKE22 - North Yorkshire CC
  • UKD46 - East Lancashire
  • UKD45 - Mid Lancashire
  • UKD44 - Lancaster and Wyre
  • UKD1 - Cumbria
  • UKC14 - Durham CC

two.2.4) Description of the procurement

This lot covers the following surrounding Council Authority areas:

• North Yorkshire (West only – Appendix A shows the exact geographical split)

• County Durham

• Cumbria

• Lancaster

• Pendle

• Ribble Valley

• Bradford

• Leeds

• Wakefield

• Calderdale

All of the Authority’s corporate Properties are managed directly by the Authority and hence all works for these Properties are intended be covered throughout the duration of the framework. Properties not maintained and/or owned by the Authority (i.e. schools, Pupil referral units, and other public authorities) have the option to sign up to or out of this framework as part of the Authority’s traded service.

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: £1,420,000

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

Two year initial period, followed by two further 12 month periods.

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.1.2) 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


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: 2

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

18 November 2021

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

18 November 2021

Local time

12:00pm

Information about authorised persons and opening procedure

An independent member of the Procurement and Contract Management section will verify the tenders through our e-tendering system (YORtender).


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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

Accessing the documents:

To access the tender documents you must register your organisation details on the YORtender (Mercell) systems at https://yortender.eu-supply.com/.

To view details of this opportunity, log into your account and click on “CTM Published Tenders” link. Select “Quote/tender ID” from the “Text filter” drop down menu, enter 46474 into the “with keyword” filter and click the green Search button. The opportunity should then appear in the list below.

Click the name of the opportunity which will give an overview of the opportunity and click “Accept” if you wish to accept the invitation to tender. This will then allow you to download any documentation required, complete and upload the documents to the system. This must be done in advance of the deadline date.

If you require further information, guidance or support using YORtender there is a User Guide (pdf) on the home page. If you are having any technical issues there is a link to create a ticket as well as an e-mail address and telephone number on the phone page under the “Do you need technical support?” section.

OJEU Framework Permissible Users

The following is a list of eligible public sector bodies who can access this framework arrangement:

- Local authority councils: county, unitary, district, borough, metropolitan, parish and community councils (https://www.gov.uk/find-local-council)

- Educational establishments: nursery school, primary school, middle or high school, secondary school, academy, special school, pupil referral unit, further education college, university (https://get-information-schools.service.gov.uk)

- Higher education establishments (https://www.gov.uk/check-university-award-degree)

- Education Trusts (https://get-information-schools.service.gov.uk)

- UK Police Forces (https://www.police.uk/forces/)

- UK Fire and Rescue Services (https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services)

- UK Maritime & Coastguard Agency (https://www.gov.uk/government/organisations/martitime-and-coastguard-agency/about)

- NHS Authorities and Trusts (https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx)

- Ambulance Service (https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx)

- England / UK Central Government (https://www.gov.uk/government/organisations)

- Registered Charities (https://register-of-charities.charitycomission.gov.uk/)

- any contracting authority created as a wholly owned subsidiary of the above (including North Yorkshire County Council)

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.4.4) 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