Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

East of England

Category Services

Type

No. of Lots 1

Status Active

Published 16th Nov 2023

Tender Details
Referenceocds-h6vhtk-041a43
Common Procurement VocabularyRepair and maintenance services of firefighting equipment
Procurement MethodRestricted procedure
Value-
« Previous Page

East of England

Category Services

Type

No. of Lots 1

Status Active

Published 16th Nov 2023

Tender Details
Referenceocds-h6vhtk-041a43
Common Procurement VocabularyRepair and maintenance services of firefighting equipment
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Babergh District Council

Ipswich

IP1 2BX

Email

procurement [at] effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.babergh.gov.uk/

I.1) Name and addresses

Mid Suffolk District Council

Ipswich

IP1 2BX

Email

procurement [at] effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.babergh.gov.uk/

I.2) Information about joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from another address:

Faithorn Farrell Timms

Orpington

BR6 0JA

Email

procurement [at] effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.effefftee.co.uk/

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire Safety Servicing and Maintenance Contract for Babergh District Council and Mid Suffolk District Council

II.1.2) Main CPV code

  • 50413200 - Repair and maintenance services of firefighting equipment

II.1.3) Type of contract

Services

II.1.4) Short description

Babergh District Council and Mid Suffolk District Council are looking to jointly procure a Contractor for the delivery of their Fire Safety Servicing and Maintenance Contract.

The estimated annual contract value is circa GBP80000.00 to GBP100000.00.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45312100 - Fire-alarm system installation work
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 51700000 - Installation services of fire protection equipment
  • 50116100 - Electrical-system repair services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment
  • 71314100 - Electrical services

II.2.3) Place of performance

NUTS codes
  • UKH - East of England

II.2.4) Description of the procurement

Babergh District Council and Mid Suffolk District Council (BMSDC) are looking to jointly procure a Contractor for the delivery of their Fire Safety Servicing and Maintenance Contract.

The estimated annual contract value is circa GBP80000.00 to GBP100000.00. This figure does not take into account annual indexation considerations or VAT.

The services required by the contract include, but are not restricted to

-Maintenance and Servicing of Fire Alarm Systems.

-Maintenance and Servicing of Fire Safety Installations including Dry Risers, Wet Risers Automatic Opening Vents (AOV’s), Sprinkler/Misting Systems, Fire Curtains and Hard-Wired Smoke/Heat Detection, amongst others.

-Maintenance and Servicing of Fire Fighting Equipment.

-Servicing and Maintenance of Emergency Lighting Systems

-Upgrading or New Installations of Fire Alarm or Fire Safety Systems

It is intended that the contract will run for a period of three years with the option for renewal, as decided by BMSDC, for an extension of up to a further two years, subject to satisfactory reviews. The maximum duration of the contract is therefore five years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.

II.2.5) Award criteria

Quality criterion - Name: Technical Responses / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

It is intended that the contract will run for a period of three years with the option for renewal, as decided by BMSDC, for an extension of up to a further two years, subject to satisfactory reviews. The maximum duration of the contract is therefore five years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

Please refer to Procurement Documents.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to Procurement documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Please refer to the Procurement documents.

III.2.2) Contract performance conditions

Please refer to the full Procurement documents.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

18 December 2023

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 February 2024

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

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The indicative value of the Contract is based upon the maximum term. It is therefore subject to review and not guaranteed.

The Client reserve the right to conclude this procurement at any time throughout the duration of the procurement process.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230737.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:230737)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit