Section one: Contracting authority
one.1) Name and addresses
North Yorkshire County Council
County Hall, Racecourse Lane,
Northallerton
DL7 8AD
Contact
Patricia Murphy
patricia.murphy@northyorks.gov.uk
Country
United Kingdom
NUTS code
UKE2 - North Yorkshire
National registration number
8867655
Internet address(es)
Main address
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