Tender

Council Wide Door Entry, CCTV & Digital Aerial Maintenance and Reactive Repairs

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2021/S 000-026935

Procurement identifier (OCID): ocds-h6vhtk-02f0a4

Published 27 October 2021, 3:34pm



The closing date and time has been changed to:

6 December 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Joyce Boutiche

Email

joyce.boutiche@renfrewshire.gov.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.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

Council Wide Door Entry, CCTV & Digital Aerial Maintenance and Reactive Repairs

Reference number

RC-CPU-21-106

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

Renfrewshire Council requires a maintenance contractor to act on its behalf to provide both, Planned Preventative Maintenance (PPM), Servicing and Reactive Maintenance to fifteen (15) High Rise Buildings, nine (9) Sheltered Housing complexes and various other identified housing properties. This work will entail the maintenance and repair of the Door Entry, CCTV and Digital Aerial Systems within the High Rise Properties and the CCTV and Digital Aerial Systems within the Sheltered Housing and other identified properties.

two.1.5) Estimated total value

Value excluding VAT: £425,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 92222000 - Closed circuit television services
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Renfrewshire

two.2.4) Description of the procurement

Renfrewshire Council requires a maintenance contractor to act on its behalf to provide both, Planned Preventative Maintenance (PPM), Servicing and Reactive Maintenance to fifteen (15) High Rise Buildings, nine (9) Sheltered Housing complexes and various other identified housing properties. This work will entail the maintenance and repair of the Door Entry, CCTV and Digital Aerial Systems within the High Rise Properties and the CCTV and Digital Aerial Systems within the Sheltered Housing and other identified properties.

two.2.5) Award criteria

Quality criterion - Name: Methodology and Approach / Weighting: 15

Quality criterion - Name: Reporting / Weighting: 5

Quality criterion - Name: Working Within an Occupied Dwelling / Weighting: 5

Quality criterion - Name: Community Benefits Outcome Menu / Weighting: 6

Quality criterion - Name: Community Benefits Methodology / Weighting: 4

Quality criterion - Name: Fair Work Practices / Weighting: 5

Price - Weighting: 60

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

The Contract will be for three (3) years with the option to extend for up to a further two (2) 1 year periods, subject to satisfactory operation and performance, up to a maximum contract period of five (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 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

This contract will include performance conditions relating to fair working practices and community benefits. The performance conditions are detailed within the conditions of contract.


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

Originally published as:

Date

29 November 2021

Local time

12:00pm

Changed to:

Date

6 December 2021

Local time

12:00pm

See the change notice.

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: 28 April 2022

four.2.7) Conditions for opening of tenders

Date

29 November 2021

Local time

12:00pm

Place

Tenders will be opened remotely at home using an opening committee on PCS-T with two procurement officers

Information about authorised persons and opening procedure

Tenders will be opened remotely at home using an opening committee on PCS-T with two procurement officers


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please note that following the issue of the tender documentation, all questions and communications relating to this tender must be posted via the Public Contracts Scotland-Tender system Messaging Area. This ensures fairness and transparency to all interested parties.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19376. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Please refer to ITT

(SC Ref:670469)

six.4) Procedures for review

six.4.1) Review body

See VI.4.3) below

UK

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

See VI.4.3) below

UK

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI2015/446,as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom