Tender

Fire Alarm Systems Maintenance

  • Spelthorne Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-032074

Procurement identifier (OCID): ocds-h6vhtk-0304c1

Published 22 December 2021, 1:42pm



Section one: Contracting authority

one.1) Name and addresses

Spelthorne Borough Council

Knowle Grn, Staines

Staines upon Thames

TW18 1XB

Contact

Carrie Isaac

Email

c.isaac@spelthorne.gov.uk

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://www.spelthorne.gov.uk

one.3) Communication

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

https://in-tendhost.co.uk/sesharedservices/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/sesharedservices/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire Alarm Systems Maintenance

Reference number

SPBC - 033874

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Testing and inspection of fire alarms and emergency lighting systems including day to day reactive repairs to fire alarm systems. This includes bi-annual testing and inspection of each fire alarm system whilst emergency lighting systems, testing and inspection is carried out on a monthly and annually basis.The contract also includes attending to day-to-day reactive breakdown repairs to fire alarm systems and emergency lighting installations as and when required.

two.1.5) Estimated total value

Value excluding VAT: £111,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

MUNICIPAL

Lot No

1

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 31518200 - Emergency lighting equipment

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Testing and inspection of fire alarms and emergency lighting systems including day to day reactive repairs to fire alarm systems. This includes bi-annual testing and inspection of each fire alarm system whilst emergency lighting systems, testing and inspection is carried out on a monthly and annually basis.The contract also includes attending to day-to-day reactive breakdown repairs to fire alarm systems and emergency lighting installations as and when required.

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: £99,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2022

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

The Authority proposes to enter into one Contract for an initial period of three (3) years, with two (2) further optional extensions each of 12 months in the Authority’s sole discretion and with the agreement of the successful Tenderer.

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

two.2) Description

two.2.1) Title

RESIDENTIAL

Lot No

2

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 31518200 - Emergency lighting equipment

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Testing and inspection of fire alarms and emergency lighting systems including day to day reactive repairs to fire alarm systems. This includes bi-annual testing and inspection of each fire alarm system whilst emergency lighting systems, testing and inspection is carried out on a monthly and annually basis.The contract also includes attending to day-to-day reactive breakdown repairs to fire alarm systems and emergency lighting installations as and when required.

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: £12,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2022

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

The Authority proposes to enter into one Contract for an initial period of three (3) years, with two (2) further optional extensions each of 12 months in the Authority’s sole discretion and with the agreement of the successful Tenderer.

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

two.2) Description

two.2.1) Title

ALL PROPERTIES

Lot No

3

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 31518200 - Emergency lighting equipment

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Testing and inspection of fire alarms and emergency lighting systems including day to day reactive repairs to fire alarm systems. This includes bi-annual testing and inspection of each fire alarm system whilst emergency lighting systems, testing and inspection is carried out on a monthly and annually basis.The contract also includes attending to day-to-day reactive breakdown repairs to fire alarm systems and emergency lighting installations as and when required.

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: £111,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2022

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

The Authority proposes to enter into one Contract for an initial period of three (3) years, with two (2) further optional extensions each of 12 months in the Authority’s sole discretion and with the agreement of the successful Tenderer.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the procurement documents.

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


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 January 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 January 2022

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

Royal Courts of Justice

London

Country

United Kingdom