Section one: Contracting authority
one.1) Name and addresses
Canterbury City Council
Military Road
Canterbury
CT1 1YW
Contact
Mrs Jo Barton
Telephone
+44 1227862000
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.kentbusinessportal.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.kentbusinessportal.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
Fire Alarm & Emergency Lighting Services
Reference number
DN613512
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
For the provision of Fire Alarm and Emergency Lighting Testing and Maintenance
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Canterbury City Council (“the Council”) wishes to select and appoint a suitable supplier for the provision of Fire Alarm and Emergency Lighting Testing and Maintenance and invites tenderers to submit a tender to meet the Council’s requirements.
The specific requirements for the above are detailed in the suite of documents provided. It should be noted that by submitting a tender, you confirm that you understand and can meet these requirements.
It is strongly recommended that all tenderers attend an accompanied site visit, which will take place over 2 days and is expected to take 5-6 hours each day. (see 2.2.6 for further details).
The Contract is anticipated to commence August 2022 and will continue for a period of 3 years (unless terminated early in accordance with the terms and conditions of the Contract) and may be extended for a period of 1 further year subject to the satisfactory performance of the Services by the Contractor and at the Council’s entire discretion. Any such extension shall be on the same terms and conditions of this Contract and shall be subject to mutual agreement in writing.
two.2.5) Award criteria
Quality criterion - Name: Most Economical Advantageous Tender / Weighting: 70
Quality criterion - Name: Most Economical Advantageous Tender / Weighting: 30
Price - Weighting: 70
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
May be extended for a period of 1 further year subject to the satisfactory performance of the Services by the Contractor and at the Council’s entire discretion
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 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
27 June 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
27 June 2022
Local time
12:05pm
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
Canterbury City Council
Military Road
Canterbury
CT1 1YW
Country
United Kingdom