Section one: Contracting authority
one.1) Name and addresses
Runnymede Borough Council
Civic Centre, Station Road
Addlestone
KT15 2AH
Contact
anil.pandey@runnymede.gov.uk
Telephone
+44 01932425633
Country
United Kingdom
NUTS code
UKJ25 - West Surrey
Internet address(es)
Main address
Buyer's address
https://www.sesharedservices.org.uk/esourcing
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sesharedservices.org.uk/esourcing
Additional information can be obtained from the above-mentioned address
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
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
RMBC-SA- Fire Detection and Emergency Lighting, Testing, Maintenance, Repairs and Installation Contract
Reference number
RMBC - 032640
two.1.2) Main CPV code
- 50413200 - Repair and maintenance services of firefighting equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Runnymede Borough Council (the Authority) wishes to procure the services of a Fire Contractor to provide Testing, Servicing, Maintenance and Repairs to the existing Fire Equipment including fire detection and alarm systems, emergency lighting and AOVs, and installation of new fire detection systems to Runnymede Borough Council’s properties.It is intended that the Contract so awarded will be in respect of the Council’s Residential properties and Residential and Corporate Schemes.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
Main site or place of performance
In the Borough of Runnymede
two.2.4) Description of the procurement
Runnymede Borough Council (the Authority) wishes to procure the services of a Fire Contractor to provide Testing, Servicing, Maintenance and Repairs to the existing Fire Equipment including fire detection and alarm systems, emergency lighting and AOVs, and installation of new fire detection systems to Runnymede Borough Council’s properties.It is intended that the Contract so awarded will be in respect of the Council’s Residential properties and Residential and Corporate Schemes
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50%
Cost criterion - Name: Price / Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £600,000
two.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
There is a provision for further renewal for 2 years after the initial contract period of 3 years 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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Refer to Suitability Assessment Document
three.1.3) Technical and professional ability
List and brief description of selection criteria
Refer to Suitability Assessment document
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
10 June 2021
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
10 June 2021
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
London
WC2A 2LL
Country
United Kingdom