Tender

BHCC HP - Servicing, Maintenance and Installation of Door Entry Systems (DES) and CCTV in Brighton and Hove City Council Housing

  • Brighton and Hove City Council

F02: Contract notice

Notice identifier: 2022/S 000-012328

Procurement identifier (OCID): ocds-h6vhtk-0336c5

Published 11 May 2022, 7:37pm



Section one: Contracting authority

one.1) Name and addresses

Brighton and Hove City Council

Hove Town Hall, Norton Road

Hove

BN3 3BQ

Contact

Ronnie Perrett

Email

ronnie.perrett@brighton-hove.gov.uk

Country

United Kingdom

NUTS code

UKJ21 - Brighton and Hove

Internet address(es)

Main address

https://www.brighton-hove.gov.uk

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 electronically via

https://www.sesharedservices.org.uk/esourcing

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

BHCC HP - Servicing, Maintenance and Installation of Door Entry Systems (DES) and CCTV in Brighton and Hove City Council Housing

Reference number

BHCC - 034450

two.1.2) Main CPV code

  • 50610000 - Repair and maintenance services of security equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Brighton and Hove City Council is issuing this Invitation to Tender to is seeking to procure good quality and reasonably priced propositions for the Servicing, Maintenance and Installation of Door Entry Systems - DES and Closed Circuit Television - CCTV, including the supply of relevant goods and equipment associated with these works in Brighton and Hove City Council Housing. For further information relating to this Invitation to Tender, please refer to document Schedule 3 ITT Guidance on the South East Shared Services portal - https://www.sesharedservices.org.uk/esourcing

two.1.5) Estimated total value

Value excluding VAT: £2,850,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50712000 - Repair and maintenance services of mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50000000 - Repair and maintenance services
  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

Brighton and Hove City Council is issuing this Invitation to Tender to obtain professional, properly defined and priced propositions for the Servicing, Maintenance and Installation of Door Entry Systems - DES and Closed Circuit Television - CCTV, including the supply of relevant goods and equipment associated with these works in Brighton and Hove City Council Housing.

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: £2,850,000

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 an extension option of up to 2 years.

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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please 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

22 June 2022

Local time

1:00pm

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

Tender must be valid until: 19 December 2022

four.2.7) Conditions for opening of tenders

Date

22 June 2022

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting Authority reserves the right to procure additional services and supplies consisting of the repetition of the same or similar services, small works and supplies entrusted to the incumbent economic operator to which the Contracting Authority awarded the original contract, provided that such service, small works or supplies are in conformity with the basic project of the Contracting Authority for which the original contract was awarded following a formal procedure under the Regulations. The basic project shall indicate the extent of possible additional services, small works or additional supplies by the incumbent economic operator, which are intended either as a partial replacement of supplies or installations, or as the extension of existing supplies or installations where a change of supplier would oblige the contracting authority to acquire supplies having different technical characteristics which would result in incompatibility or disproportionate technical difficulties in operation and maintenance. Finally the Contracting authority reserves the right to award more of the same services and supplies provided in the original contract to the incumbent economic operator when (a) the Contracting Authority similar requirements were brought about by circumstances which a diligent contracting authority could not have foreseen; (b) the additional purchases do not alter the overall nature of the original contract; and (iii) any increase in price does not exceed 50 per cent of the cost of the original contact.

six.4) Procedures for review

six.4.1) Review body

None

None

Country

United Kingdom