Tender

SSC - BSTC002 - Inspection, Servicing and Maintenance of Drains and Pumps, Fire Fighting Equipment, Fire Suppression Systems and Security Systems

  • Southend City Council

F02: Contract notice

Notice identifier: 2024/S 000-000427

Procurement identifier (OCID): ocds-h6vhtk-042b30

Published 6 January 2024, 11:00am



Section one: Contracting authority

one.1) Name and addresses

Southend City Council

Civic Centre, Victoria Avenue

Southend on Sea

SS2 6ER

Contact

Ms Liz Green

Email

procurementops@southend.gov.uk

Country

United Kingdom

Region code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

http://www.southend.gov.uk/

Buyer's address

http://www.southend.gov.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.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

SSC - BSTC002 - Inspection, Servicing and Maintenance of Drains and Pumps, Fire Fighting Equipment, Fire Suppression Systems and Security Systems

Reference number

DN704699

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Southend on Sea City Council are seeking to engage experienced and qualified organisations for the provision of servicing, responsive repairs and maintenance to Drainage and Pumps, Fire Fighting Equipment and Sprinkler Systems and Security Systems including Alarms, Automatic Doors/Shutters within Public Buildings and Schools in the City. This procurement has been divided into 4 lots:

Lot 1 is for the appointment of an experience drainage contractor for the provision of cyclical servicing, responsive repairs and maintenance to drainage systems and water/sewage pumps under a JCT Measured Term Contract 2016 Edition. The Council are seeking to appoint one contractor for this Lot.

Lot 2 is for the appointment of an accredited/compliant Fire Industry service provider for the provision of cyclical inspection, testing and responsive repairs to firefighting equipment under a JCT Measured Term Contract 2016 Edition. The Council are seeking to appoint one contractor for this Lot.

Lot 3 is for the appointment of an accredited/ compliant Fire Suppression service provider for the provision of cyclical planned maintenance and responsive repairs to Fire Suppression systems under a JCT Measured Term Contract 2016 Edition. The Council are seeking to appoint one contractor for this Lot.

Lot 4 is for the appointment of an accredited Security System contractor for the provision of cyclical inspection, testing and responsive repairs to intruder systems including CCTV and Automatic Doors/Shutters under a JCT Measured Term Contract 2016 Edition. The Council are seeking to appoint one contractor for this Lot.

The aim of the contracts are to provide quality services to responsive repairs and planned maintenance by suitably qualified engineers. Objectives include adhering to priority response time and managing a planned maintenance programme. The main outcomes are to ensure reliable suitably accredited and qualified contractors are in place to ensure the equipment remains reliable and compliant to relevant H&S legislation and British standards.

two.1.5) Estimated total value

Value excluding VAT: £1,176,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Planned Preventative Maintenance and Responsive Repairs to Drainage Systems and Water/Sewage Pumps

Lot No

1

two.2.2) Additional CPV code(s)

  • 45232452 - Drainage works
  • 45252124 - Dredging and pumping works

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Lot 1 is for the appointment of an experience drainage contractor for the provision of cyclical planned maintenance, responsive repairs and maintenance to drainage systems and water/sewage pumps at Southend City Council's Public Buildings/Premises and Delegated Properties (i.e. Schools and Community Buildings) under a JCT Measured Term Contract 2016 Edition. The Council are seeking to appoint one contractor for this Lot.

two.2.5) Award criteria

Quality criterion - Name: Technical Questions / Weighting: 30%

Price - Weighting: 70%

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

Start date

1 June 2024

End date

31 May 2027

This contract is subject to renewal

Yes

Description of renewals

The duration of this contract is 3 years with a possible 3 year extension (1 plus, 1 plus, 1 year extension) until 31/5/2030

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.2.14) Additional information

All criteria are set out in the tender documents and the supplier questionnaire available to download on https://procontract.due-north.com - Reference no. DN704699

two.2) Description

two.2.1) Title

Inspection, testing and responsive repairs to firefighting equipment

Lot No

2

two.2.2) Additional CPV code(s)

  • 45343200 - Firefighting equipment installation work
  • 50413200 - Repair and maintenance services of firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Lot 2 is for the appointment of an accredited/compliant Fire Industry service provider for the provision of cyclical inspection, testing and responsive repairs to firefighting equipment within Southend City Council's Public Buildings and Delegated Properties (i.e. Schools and Community Buildings) under a JCT Measured Term Contract 2016 Edition. The Council are seeking to appoint one contractor for this Lot.

two.2.5) Award criteria

Quality criterion - Name: Technical Questions / Weighting: 30%

Price - Weighting: 70%

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

Start date

1 June 2024

End date

31 May 2027

This contract is subject to renewal

Yes

Description of renewals

The duration of this contract is 3 years with a possible 3 year extension (1 plus, 1 plus, 1 year extension) until 31/5/2030

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.2.14) Additional information

All criteria are set out in the tender documents and the supplier questionnaire available to download on https://procontract.due-north.com - Reference no. DN704699

two.2) Description

two.2.1) Title

Inspection, testing and responsive repairs to Fire Suppression Systems

Lot No

3

two.2.2) Additional CPV code(s)

  • 45343230 - Sprinkler systems installation work
  • 50413200 - Repair and maintenance services of firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Lot 3 is for the appointment of an accredited/ compliant Fire Suppression service provider for the provision of cyclical inspection, testing and responsive repairs to Fire Suppression systems at Southend City Council's Public Buildings/Premises and Delegated Properties (i.e. Schools and Community Buildings) under a JCT Measured Term Contract 2016 Edition. The Council are seeking to appoint one contractor for this Lot.

two.2.5) Award criteria

Quality criterion - Name: Technical Questions / Weighting: 30%

Price - Weighting: 70%

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

Start date

1 June 2024

End date

31 May 2027

This contract is subject to renewal

Yes

Description of renewals

The duration of this contract is 3 years with a possible 3 year extension (1 plus, 1 plus, 1 year extension) until 31/5/2030

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.2.14) Additional information

All criteria are set out in the tender documents and the supplier questionnaire available to download on https://procontract.due-north.com - Reference no. DN704699

two.2) Description

two.2.1) Title

Inspection, testing and responsive repairs to Intruder Systems

Lot No

4

two.2.2) Additional CPV code(s)

  • 45312200 - Burglar-alarm system installation work
  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Lot 4 is for the appointment of an accredited Security System contractor for the provision of cyclical inspection, testing and responsive repairs to intruder systems including CCTV and Automatic Doors/Shutters to Southend City Council's Public Buildings and Delegated Properties (i.e. schools and community buildings) under a JCT Measured Term Contract 2016 Edition. The Council are seeking to appoint one contractor for this Lot.

two.2.5) Award criteria

Quality criterion - Name: Technical Questions / Weighting: 30%

Price - Weighting: 70%

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

Start date

1 June 2024

End date

31 May 2027

This contract is subject to renewal

Yes

Description of renewals

The duration of this contract is 3 years with a possible 3 year extension (1 plus, 1 plus, 1 year extension) until 31/5/2030

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.2.14) Additional information

All criteria are set out in the tender documents and the supplier questionnaire available to download on https://procontract.due-north.com - Reference no. DN704699


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: Yes

four.2) Administrative information

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

Date

6 February 2024

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

6 February 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Services

London

Country

United Kingdom