Tender

Security Asset Servicing, Maintenance, Repair and Installations Contract Babergh District Council and Mid Suffolk District Council

  • Babergh District Council
  • Mid Suffolk District Council

F02: Contract notice

Notice identifier: 2024/S 000-039798

Procurement identifier (OCID): ocds-h6vhtk-04c61b

Published 10 December 2024, 4:16pm



Section one: Contracting authority

one.1) Name and addresses

Babergh District Council

Endeavour House, 8 Russell Road

Ipswich

IP1 2BX

Contact

Katrina Browning

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

www.suffolksourcing.uk

one.1) Name and addresses

Mid Suffolk District Council

Endeavour House

Ipswich

IP1 2BX

Email

procurement@effefftee.co.uk

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

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.effefftee.co.uk

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

Email

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