Opportunity

The Provision of a Planned Maintenance Service for Alarm Systems and Emergency Lighting

  • Buckinghamshire Council

F02: Contract notice

Notice reference: 2023/S 000-010975

Published 17 April 2023, 2:17pm



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Contact

Miss Helen Bold

Email

helen.bold@buckinghamshire.gov.uk

Country

United Kingdom

NUTS code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

https://www.buckinghamshire.gov.uk/

Buyer's address

https://www.supplybucksbusiness.org.uk

one.3) Communication

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

https://www.supplybucksbusiness.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.supplybucksbusiness.org.uk

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

The Provision of a Planned Maintenance Service for Alarm Systems and Emergency Lighting

Reference number

DN647448

two.1.2) Main CPV code

  • 50711000 - Repair and maintenance services of electrical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Buckinghamshire Council is seeking an experienced supplier to deliver its Planned Maintenance Service for Alarm Systems and Emergency Lighting.

This service includes the provision of the following elements:

• Statutory Compliance

• Planned Preventative Maintenance (PPM) for Alarm Systems and Emergency Lighting

• Single Point of Contact and Emergency 24/7 Call Out Facility

The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate.

two.1.5) Estimated total value

Value excluding VAT: £920,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC
Main site or place of performance

Buckinghamshire

two.2.4) Description of the procurement

Buckinghamshire Council is seeking an experienced supplier to deliver its Planned Maintenance Service for Alarm Systems and Emergency Lighting.

This service includes the provision of the following elements:

• Statutory Compliance

• Planned Preventative Maintenance (PPM) for Alarm Systems and Emergency Lighting

• Single Point of Contact and Emergency 24/7 Call Out Facility

The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate.

Reactive and minor works are NOT provided under this contract.

The Council requires a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific.

Following the formal unification of 5 former councils (namely Buckinghamshire County Council, Aylesbury Vale District Council, Chiltern District Council, South Bucks District Council and Wycombe District Council) in April 2020, the Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term.

Suppliers must be registered with the appropriate confederation or association related to the respective trades involved, eg: NICEIC or ECA. In addition suppliers must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services.

The contract start date is anticipated to be 1st October 2023. The initial term will be for three years with an option to extend for a further 24 months.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £920,000

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

An option to extend for a period, or consecutive periods, of up to 24 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 has the option to be extended for a period, or consecutive periods, of up to 24 months after the initial three year contract term.

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

The contract value covers the initial 36 month contract term and an additional 24 months.


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

Suppliers must be registered with the appropriate confederation or association related to the respective trades involved, eg: NICEIC or ECA. In addition suppliers must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services.

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.1.8) 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

2 June 2023

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

2 June 2023

Local time

12:00pm


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

The High Court

The Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a standstill period at the point when information on the award of the contract is communicated to tenderers. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)