Section one: Contracting authority
one.1) Name and addresses
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Contact
Nigel Denton - Procurement Manager
Telephone
+44 1743252992
Country
United Kingdom
NUTS code
UKG22 - Shropshire CC
Internet address(es)
Main address
one.1) Name and addresses
Shropshire Council is purchasing on behalf of itself and any wholly owned local authority company or other entity that is deemed to be a contracting authority by virtue of the Council’s involvement.
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Country
United Kingdom
NUTS code
UKG22 - Shropshire CC
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-inspection-services./Z9M8R877VR
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/Z9M8R877VR
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
Maintenance of Life Safety Systems
Reference number
RMCB 043
two.1.2) Main CPV code
- 71631000 - Technical inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
The delivery of the works undertaken by the Contractor under this Contract shall enable the Council to discharge their responsibility of the inspection, test and certification of life safety systems at Shropshire Council sites along with those of other external clients to the Council:
two.1.5) Estimated total value
Value excluding VAT: £900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG22 - Shropshire CC
Main site or place of performance
Shropshire CC
two.2.4) Description of the procurement
The delivery of the works undertaken by the Contractor under this Contract shall enable the Council to discharge their responsibility of the inspection, test and certification of the following life safety systems at Shropshire Council sites along with those of other external clients to the Council:
1.Domestic and non-domestic fire alarm systems and all associated detection and equipment in line with the requirements of BS5839-1:2017, B5839-6:2019+A1:2020, BS5839-9:2021 and the Servicing Schedule – Appendix A at the frequency defined in the Schedule of Properties – Schedule 2 at the Property.
2. Fire alarm voice alarm systems inline with the requirements of BS5839-8:2013 and the Servicing Schedule – Appendix A at the frequency defined in the Schedule of Properties – Schedule 2 at the Property.
2.Emergency lighting installations at all Properties detailed in the Schedule of Properties - Schedule 2 in line with the requirements of BS5266-1:2016 and at the frequency defined in the Servicing Schedule- Appendix A.
3. Natural smoke and heat exhaust ventilators to be tested and inspected at all Properties detailed in the Schedule of Properties – Schedule 2 in line with the requirements of BS EN12101-2:2017 and the Servicing Schedule – Appendix A.
4. Emergency assistance alarm to be tested and inspected at all Properties detailed int eh Schedule of Properties – Schedule 2 in line with the requirements of BS7671:2018+A1:2020 and the Servicing Schedule – Appendix A.
The works indicated above shall enable the Council to demonstrate compliance with the relevant sections of the RRO (Regulatory Reform (Fire Safety) Order 2005).
These visits to be within the months shown in the Schedule of Properties – Schedule 2 and shall not lapse the date given. Inspections are permitted to be undertaken up to 2 weeks early.
The Contract shall comprise of the remedial works required to repair the existing equipment if found to be faulty subject to the prior approval of the Budget Holder and Council and shall be in accordance with clause 2.11 of the specification.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
This contract can be extended for a further period of up to 2 years from 1st April 2025 subject to satisfactory performance
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z9M8R877VR
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See tender documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
See tender documents
Minimum level(s) of standards possibly required
See tender documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
See tender documents
Minimum level(s) of standards possibly required
See tender documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See tender documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
17 March 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 March 2022
Local time
12:00pm
Place
Shirehall, Shrewsbury
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-inspection-services./Z9M8R877VR
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z9M8R877VR
GO Reference: GO-2022215-PRO-19654380
six.4) Procedures for review
six.4.1) Review body
Shropshire Council
Shirehall
Shrewsbury
SY2 6ND
Telephone
+44 1743253912
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Shropshire Council
Shirehall, AbbeyForegate
Shrewsbury
SY2 6ND
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Country
United Kingdom