Section one: Contracting authority
one.1) Name and addresses
Lincolnshire County Council
County Offices, Newland
Lincoln
LN1 1YL
Contact
Mr Peter Lee
Telephone
+44 1522552863
Country
United Kingdom
Region code
UKF3 - Lincolnshire
Internet address(es)
Main address
https://www.lincolnshire.gov.uk
Buyer's address
https://www.lincolnshire.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
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 repair and maintenance of CCTV systems, smoke/ fire detection systems, automatic gate systems with an access control system and electric fences
Reference number
DN583639
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
Lincolnshire County Council are looking for a supplier to provide the services briefly described as repair and maintenance of CCTV systems, smoke/ fire detection systems, automatic gate systems with an access control system and electric fences at their waste sites and highways depots.
The Council's Sites currently comprise 11 household waste recycling centres, 5 waste transfer stations and 8 highways depots throughout Lincolnshire.
These sites are located at Boston, Bourne, Gainsborough, Grantham, Lincoln, Louth, Tattershall, Market Rasen, Skegness, Sleaford, Spalding, Ancaster, Horncastle, Manby, Sturton, Thurlby, and Willingham.
The Council reserves the right to add or remove sites from this contract, and to amend add to or remove the systems at any site. for example the Council may seek to incorporate ANPR repair and maintenance during the contract period.
Please see the Specification in ITT Document 2 for further details.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32234000 - Closed-circuit television cameras
- 31625200 - Fire-alarm systems
- 42961100 - Access control system
- 44221310 - Access gates
- 45312100 - Fire-alarm system installation work
two.2.3) Place of performance
NUTS codes
- UKF3 - Lincolnshire
two.2.4) Description of the procurement
Lincolnshire County Council are looking for a supplier to provide the services briefly described as repair and maintenance of CCTV systems, smoke/ fire detection systems, automatic gate systems with an access control system and electric fences at their waste sites and highways depots.
The Council's Sites currently comprise 11 household waste recycling centres, 5 waste transfer stations (WTSs) and 8 highways depots throughout Lincolnshire.
These sites are located at Boston, Bourne, Gainsborough, Grantham, Lincoln, Louth, Tattershall, Market Rasen, Skegness, Sleaford, Spalding, Ancaster, Horncastle, Manby, Sturton, Thurlby, and Willingham.
All the above sites have CCTV installed, and all sites will require the repair and maintenance of CCTV systems. Only the WTSs have a smoke/ fire detection system fitted, therefore only the 5 WTSs will require the repair and maintenance smoke/ fire detection systems. 5 of the highways depots have automatic gate and access control systems which will require repair and maintenance of automatic gate and access control systems, 3 of the highways depots have electric fences which will require repair and maintenance of electric fences. .
The Council reserve the right to add to, remove or amend the systems installed at the above sites, and to add or remove sites from the contract. For example the Council may seek to incorporate ANPR repair and maintenance during the contract period
Please see the Specification in ITT Document 2 for further details.
SQs shall be submitted via the Pro-Contract Due-North portal no later than 14th October 2022 at 12.00 noon.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The contract shall run for a period of 3 years commencing 1st April 2023 there will be an option to extend the contract by a period of 12 months, followed by another option to extend the contract by a further 12 months making the maximum contract period 5 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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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 000-029414
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 October 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2a 2LL
Country
United Kingdom