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.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £500,000
two.2) Description
two.2.2) Additional CPV code(s)
- 50413200 - Repair and maintenance services of firefighting equipment
- 51700000 - Installation services of fire protection equipment
- 75251110 - Fire-prevention services
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.2.11) 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-010134
Section five. Award of contract
Title
Fire Detection and Emergency Lighting testing, servicing, maintenance and installation Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 September 2021
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 15
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ABCA Systems Ltd
Unit 24, Mylord Crescent, Camperdown Industrial Estate
Killingworth
NE12 5UJ
Country
United Kingdom
NUTS code
- UKC2 - Northumberland and Tyne and Wear
National registration number
06294877
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £600,000
Total value of the contract/lot: £500,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
London
WC2A 2LL
Country
United Kingdom