Section one: Contracting authority
one.1) Name and addresses
Babergh District Council
Endeavour House, 8 Russell Road
Ipswich
IP1 2BX
Contact
Katrina Browning
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
one.1) Name and addresses
Mid Suffolk District Council
Endeavour House
Ipswich
IP1 2BX
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
https://www.midsuffolk.gov.uk/
Buyer's address
http://www.suffolksourcing.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.suffolksourcing.uk/
Additional information can be obtained from another address:
Faithorn Farrell Timms
Orpington
Orpington
BR6 0JA
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
http://www.suffolksourcing.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
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
Security Asset Servicing, Maintenance, Repair and Installations Contract Babergh District Council and Mid Suffolk District Council
Reference number
566 / T1-7263
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
Babergh District Council and Mid Suffolk District Council are looking to jointly procure a Contractor for the delivery of their SecurityAsset Servicing, Maintenance, Repair and Installations Contract.The estimated annual contract value is circa GBP50000.00 to GBP100000.00 for servicing, maintenance and repairs, with additionaloptional spend for installations that may fall within this Contract.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35121700 - Alarm systems
- 50800000 - Miscellaneous repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
two.2.4) Description of the procurement
Babergh District Council and Mid Suffolk District Council (BMSDC) are looking to jointly procure a Contractor for the delivery of theirSecurity Asset Servicing, Maintenance, Repair and Installations Contract.The estimated annual contract value is circa GBP50000.00 to GBP100000.00 for servicing, maintenance and repair, with an additionalmaximum value of £150,000.00 per annum in relation to installations. Installations may not fall under this Contract and will be at Clientdiscretion. These figures do not take into account annual indexation considerations or VAT.The services required by the contract include, but are not restricted to-Servicing and Maintenance of Door Entry-Servicing and Maintenance of CCTV Systems-Servicing and Maintenance of Automatic Door Systems-Servicing and Maintenance of Intruder Alarm Systems-Servicing and Maintenance of Warden Call Systems-Maintenance of Aerials-Installations or new/replacement relevant assets, as per above, including in relation to digital switchoverIt is intended that the contract will run for a period of three years with the option for renewal, as decided by BMSDC, for an extension ofup to a further two years, subject to satisfactory reviews. The maximum duration of the contract is therefore five years. The contract valuein this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
two.2.5) Award criteria
Quality criterion - Name: Technical Responses / Weighting / Weighting: 60
Price - Weighting: 40
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
It is intended that the contract will run for a period of three years with the option for renewal, as decided by BMSDC, for an extension ofup to a further two years, subject to satisfactory reviews. The maximum duration of the contract is therefore five years. The contract valuein this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
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
Please refer to 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
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Please refer to the Procurement documents.
three.2.2) Contract performance conditions
Please refer to the full Procurement documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date
20 January 2025
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: No
six.3) Additional information
The indicative value of the Contract is based upon the maximum term. It is therefore subject to review and not guaranteed.The Client reserve the right to conclude this procurement at any time throughout the duration of the procurement process.Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of theclosing time to avoid any last minute problems.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit