- Scope of the procurement
- Lot 1. Housing Residential Fire Alarms - installation, repairs, maintenance & monitoring
- Lot 2. Housing Residential Intruder Alarms - installation, repairs, maintenance & monitoring
- Lot 3. Corporate and School Fire Alarms - installation, repairs, maintenance & monitoring
- Lot 4. Corporate and school Intruder Alarm - repairs, maintenance & monitoring only
Section one: Contracting authority
one.1) Name and addresses
Leicester City Council
City Hall (4th Floor), 115 Charles Street
Leicester
LE1 1FZ
Contact
Mrs Jigna Dhorajia
jigna.dhorajia@leicester.gov.uk
Telephone
+44 1164541182
Country
United Kingdom
Region code
UKF21 - Leicester
Internet address(es)
Main address
Buyer's address
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://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
PAN2407 - Fire & Intruder Alarm installation, repairs, maintenance & monitoring
Reference number
DN468000
two.1.2) Main CPV code
- 79711000 - Alarm-monitoring services
two.1.3) Type of contract
Services
two.1.4) Short description
Leicester City Council, the Authority, wish to appoint new suppliers for the range of Fire & Intruder Alarm Services required under the Contract:
New installation, repairs, maintenance & monitoring of, Housing Residential Fire Alarms, Housing Residential Intruder Alarms, Corporate and School Fire Alarms, Corporate and school Intruder Alarm.
two.1.5) Estimated total value
Value excluding VAT: £5,300,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Housing Residential Fire Alarms - installation, repairs, maintenance & monitoring
Lot No
1
two.2.2) Additional CPV code(s)
- 31625000 - Burglar and fire alarms
- 31625200 - Fire-alarm systems
- 35121700 - Alarm systems
- 45312000 - Alarm system and antenna installation work
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
Lot 1 : Housing Residential Fire Alarms - installation, repairs, maintenance & monitoring
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £146,665
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed Contract will be for three years with an option to extend for a period or periods totalling no more than a further two years.
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
Housing Residential Intruder Alarms - installation, repairs, maintenance & monitoring
Lot No
2
two.2.2) Additional CPV code(s)
- 31625000 - Burglar and fire alarms
- 31625300 - Burglar-alarm systems
- 35121700 - Alarm systems
- 45312000 - Alarm system and antenna installation work
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
Lot 2 - Housing Residential Intruder Alarms - installation, repairs, maintenance & monitoring
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £253,971.98
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed Contract will be for three years with an option to extend for a period or periods totalling no more than a further two years.
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
Corporate and School Fire Alarms - installation, repairs, maintenance & monitoring
Lot No
3
two.2.2) Additional CPV code(s)
- 31625000 - Burglar and fire alarms
- 31625200 - Fire-alarm systems
- 35121700 - Alarm systems
- 45312000 - Alarm system and antenna installation work
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
Lot 3 - Corporate and School Fire Alarms - installation, repairs, maintenance & monitoring
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £532,615
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed Contract will be for three years with an option to extend for a period or periods totalling no more than a further two years.
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
Corporate and school Intruder Alarm - repairs, maintenance & monitoring only
Lot No
4
two.2.2) Additional CPV code(s)
- 31625000 - Burglar and fire alarms
- 31625300 - Burglar-alarm systems
- 35121700 - Alarm systems
- 45312000 - Alarm system and antenna installation work
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
Lot 4 - Corporate and school Intruder Alarm - repairs, maintenance & monitoring only
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £243,773
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed Contract will be for three years with an option to extend for a period or periods totalling no more than a further two years.
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 per Specification for each lot accordingly
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
KPIs included in the Specification
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
21 December 2023
Local time
12:00pm
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 December 2023
Local time
12:00pm
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
Construction and Technology Court (Kings Bench Division)
Priory Courts 33 Bull Street
Birmingham
B4 6DS
Country
United Kingdom