Tender

Framework for Fire Safety Works Contractors

  • Kirklees Council

F02: Contract notice

Notice identifier: 2024/S 000-029997

Procurement identifier (OCID): ocds-h6vhtk-049c37

Published 19 September 2024, 12:27pm



The closing date and time has been changed to:

25 October 2024, 1:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Town Hall

HUDDERSFIELD

HD1 2TA

Contact

Corporate Procurement

Email

procurement@kirklees.gov.uk

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.kirklees.gov.uk

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

Framework for Fire Safety Works Contractors

Reference number

KMCHNPS-044

two.1.2) Main CPV code

  • 45343100 - Fireproofing work

two.1.3) Type of contract

Works

two.1.4) Short description

Kirklees Council is looking to work with competent suppliers to deliver passive fire protection services to carry out remediation work across Kirklees Homes & Neighbourhood buildings.

Kirklees Council is due to complete Fire Risk Assessments for all buildings that require one by October 2025, the number of FRA's due to be carried before this period is currently estimated to be

872.

The building types which will have FRA are as follows

- High Rise

- Low rise buildings

- Medium rise buildings

- Retirement living schemes

- Boiler Houses

- Offices

Kirklees are looking for the suppliers on this Framework to complete all the passive fire protection remedial Works recommended as part of these assessments.

The work will result mainly from Fire Risk Assessment action plans and recommendations, but works could also arise from fire safety surveys, routine maintenance checks or planned fire safety

programmes.

The Framework will be broken down into Four Lots and be expected to cover the provision of:

• Lot 1 - Fire Doors Supply, Fit and Maintenance - Fire Door Installation (Door & Sets) and Fire

Door Maintenance

• Lot 2 - Fire Stopping - Small Penetrations (Mastic, Pipe Collars, Vents etc.) Large Openings

(Blocks, Partitions, Board, Batts etc.)

• Lot 3 - Supply and Fit Fire Rated Glazing and Windows

• Lot 4 - Supply Only Fire Doors and Fire Doors Sets

two.1.5) Estimated total value

Value excluding VAT: £27,000,000

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

Fire Doors Supply, Fit and Maintenance

Lot No

1

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Kirklees Council is looking to work with competent suppliers to deliver passive fire protection services to carry out remediation work across Kirklees Homes & Neighbourhood buildings.

Kirklees Council is due to complete Fire Risk Assessments for all buildings that require one by October 2025, the number of FRA's due to be carried before this period is currently estimated to be

872.

The building types which will have FRA are as follows

- High Rise

- Low rise buildings

- Medium rise buildings

- Retirement living schemes

- Boiler Houses

- Offices

Kirklees are looking for the suppliers on this Framework to complete all the passive fire protection remedial Works recommended as part of these assessments. The work will result mainly from Fire Risk Assessment action plans and recommendations, but works could also arise from fire safety surveys, routine maintenance checks or planned fire safety

programmes.

Lot 1 - Fire Doors Supply, Fit and Maintenance

two.2.5) Award criteria

Quality criterion - Name: Tenant Liaison / Weighting: 20

Quality criterion - Name: Experience / Weighting: 20

Quality criterion - Name: Defects / Weighting: 10

Quality criterion - Name: Golden Thread Information / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Contract will run for 2 years with a possible 2-year extension period to take it to a maximum of 48 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for 2 years with a possible 2-year extension period to take it to a maximum of 48 months.

two.2) Description

two.2.1) Title

Fire Stopping

Lot No

2

two.2.2) Additional CPV code(s)

  • 45343100 - Fireproofing work

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Kirklees Council is looking to work with competent suppliers to deliver passive fire protection services to carry out remediation work across Kirklees Homes & Neighbourhood buildings.

Kirklees Council is due to complete Fire Risk Assessments for all buildings that require one by October 2025, the number of FRA's due to be carried before this period is currently estimated to be

872.

The building types which will have FRA are as follows

- High Rise

- Low rise buildings

- Medium rise buildings

- Retirement living schemes

- Boiler Houses

- Offices

Kirklees are looking for the suppliers on this Framework to complete all the passive fire protection remedial Works recommended as part of these assessments. The work will result mainly from Fire Risk Assessment action plans and recommendations, but works could also arise from fire safety surveys, routine maintenance checks or planned fire safety

programmes.

Lot 2 - Fire Stopping:

As part of the Kirklees Fire risk assessment which are being carried out, we are expected to find a variety of compartment failings from cable penetration, ceiling boarding, Air bricks and other passive fire remediation works as required. Some of the larger works could be passive fire protection in loft spaces rebuilding party walls or installing fire curtains.

two.2.5) Award criteria

Quality criterion - Name: Tenant Liaison / Weighting: 20

Quality criterion - Name: Experience / Weighting: 20

Quality criterion - Name: Defects / Weighting: 10

Quality criterion - Name: Golden Thread Information / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Contract will run for 2 years with a possible 2-year extension period to take it to a maximum of 48 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for 2 years with a possible 2-year extension period to take it to a maximum of 48 months.

two.2) Description

two.2.1) Title

Supply and Fit Fire Rated Glazing and Windows

Lot No

3

two.2.2) Additional CPV code(s)

  • 45343100 - Fireproofing work

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Kirklees Council is looking to work with competent suppliers to deliver passive fire protection services to carry out remediation work across Kirklees Homes & Neighbourhood buildings.

Kirklees Council is due to complete Fire Risk Assessments for all buildings that require one by October 2025, the number of FRA's due to be carried before this period is currently estimated to be

872.

The building types which will have FRA are as follows

- High Rise

- Low rise buildings

- Medium rise buildings

- Retirement living schemes

- Boiler Houses

- Offices

Kirklees are looking for the suppliers on this Framework to complete all the passive fire protection remedial Works recommended as part of these assessments. The work will result mainly from Fire Risk Assessment action plans and recommendations, but works could also arise from fire safety surveys, routine maintenance checks or planned fire safety

programmes.

Lot 3 - Supply and Fit Fire Rated Glazing and Windows

two.2.5) Award criteria

Quality criterion - Name: Tenant Liaison / Weighting: 20

Quality criterion - Name: Experience / Weighting: 20

Quality criterion - Name: Defects / Weighting: 10

Quality criterion - Name: Golden Thread Information / Weighting: 10

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Contract will run for 2 years with a possible 2-year extension period to take it to a maximum of 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for 2 years with a possible 2-year extension period to take it to a maximum of 48 months

two.2) Description

two.2.1) Title

Supply Only Fire Doors and Fire Doors Sets

Lot No

4

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Kirklees Council is looking to work with competent suppliers to deliver passive fire protection services to carry out remediation work across Kirklees Homes & Neighbourhood buildings.

Kirklees Council is due to complete Fire Risk Assessments for all buildings that require one by October 2025, the number of FRA's due to be carried before this period is currently estimated to be

872.

The building types which will have FRA are as follows

- High Rise

- Low rise buildings

- Medium rise buildings

- Retirement living schemes

- Boiler Houses

- Offices

Kirklees are looking for the suppliers on this Framework to complete all the passive fire protection remedial Works recommended as part of these assessments. The work will result mainly from Fire Risk Assessment action plans and recommendations, but works could also arise from fire safety surveys, routine maintenance checks or planned fire safety

programmes.

Lot 4 - Supply Only Fire Doors and Fire Doors Sets

two.2.5) Award criteria

Quality criterion - Name: Defects / Weighting: 10

Quality criterion - Name: Golden Thread Information / Weighting: 25

Quality criterion - Name: End to End Process / Weighting: 25

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Contract will run for 2 years with a possible 2-year extension period to take it to a maximum of 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for 2 years with a possible 2-year extension period to take it to a maximum of 48 months


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

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

Originally published as:

Date

18 October 2024

Local time

1:00pm

Changed to:

Date

25 October 2024

Local time

1:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

18 October 2024

Local time

1:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom