Section one: Contracting authority
one.1) Name and addresses
Halton Housing
Waterfront Point, Warrington Road
Widnes
WA80TD
Contact
Claire Paton
tenders@cirruspurchasing.co.uk
Country
United Kingdom
Region code
UKD6 - Cheshire
Mutuals Public Register
7744
Internet address(es)
Main address
https://www.haltonhousing.co.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Halton Housing Fire Door and Fire Door Furniture- Supply Only
Reference number
906071813
two.1.2) Main CPV code
- 44221220 - Fire doors
two.1.3) Type of contract
Supplies
two.1.4) Short description
Halton Housing sought bids from suppliers to supply fire doors and relevant fire door furniture (including fire rated letter boxes, spy holes, handles, hinges and door closers).
All door furniture must be tested and certified for use with the door set and must include the relevant door plugs and certification.
The outcome of the tender process will be a single contract with one supplier. The contract will be for an initial 3 years with 2 annual options to extend by a further 12 months on each occasion, up to a maximum 5 years total contract term, subject to HH requirements and the performance of the successful supplier.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £200,000
two.2) Description
two.2.2) Additional CPV code(s)
- 44221220 - Fire doors
- 44500000 - Tools, locks, keys, hinges, fasteners, chain and springs
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Delivery of materials will be predominantly within the Halton Borough area however Halton Housing may require deliveries in the wider North West region to support outlying properties within their property portfolio.
two.2.4) Description of the procurement
Halton Housing sought bids from suppliers to supply fire doors and relevant fire door furniture for Halton Housing's residential and commercial stock.
The outcome of the tender process is a single contract with one service provider. The contract will be for an initial 3 years with 2 annual options to extend by a further 12 months on each occasion, up to a maximum 5 years total contract term, subject to HH requirements and the performance of the successful supplier.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The contract will be for an initial 3 years with 2 annual options to extend by a further 12 months on each occasion, up to a maximum 5 years total contract term, subject to Halton Housing requirements and the performance of the successful supplier.
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-038506
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 February 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
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
Heron Manufacture Limited T/A Heron Fire Doors
69 Drum Road
Cookstown
BT808QS
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
Companies House
NI031984
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: £200,000
Total value of the contract/lot: £200,000
Section six. Complementary information
six.3) Additional information
This procurement process was conducted under PCR 2015.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
A mandatory 10 day standstill period was held prior to awarding the contract.