Notice Information
Notice Title
The Provision of a Planned Maintenance Service for Alarm Systems and Emergency Lighting
Notice Description
Buckinghamshire Council was seeking an experienced supplier to deliver its Planned Maintenance Service for Alarm Systems and Emergency Lighting. This service includes the provision of the following elements: * Statutory Compliance * Planned Preventative Maintenance (PPM) for Alarm Systems and Emergency Lighting * Single Point of Contact and Emergency 24/7 Call Out Facility The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate.
Lot Information
Lot 1
Buckinghamshire Council was seeking an experienced supplier to deliver its Planned Maintenance Service for Alarm Systems and Emergency Lighting. This service includes the provision of the following elements: * Statutory Compliance * Planned Preventative Maintenance (PPM) for Alarm Systems and Emergency Lighting * Single Point of Contact and Emergency 24/7 Call Out Facility The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate. Reactive and minor works are NOT provided under this contract. The Council requires a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific. Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term. Suppliers must be registered with the appropriate confederation or association related to the respective trades involved, eg: NICEIC or ECA. In addition suppliers must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services. The contract start date is anticipated to be 1st October 2023. The initial term will be for three years with an option to extend for a further 24 months. Additional information: The contract value II.1.7 and V2.4 covers the initial 36 month contract term. The value is for a modelled scenario based on the Council's current list of properties and the frequency of service types per property.
Options: An option to extend for a period or consecutive periods of up to 24 months after the initial 3 year term.
Renewal: An option to extend for a period, or consecutive periods, of up to 24 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03bf36
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035236-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50711000 - Repair and maintenance services of electrical building installations
Notice Value(s)
- Tender Value
- £920,000 £500K-£1M
- Lots Value
- £920,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £438,812 £100K-£500K
Notice Dates
- Publication Date
- 29 Nov 20232 years ago
- Submission Deadline
- 2 Jun 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Nov 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BUCKINGHAMSHIRE COUNCIL
- Contact Name
- Mrs Ann Spence
- Contact Email
- ann.spence@buckinghamshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- AYLESBURY
- Postcode
- HP20 1UA
- Post Town
- Hemel Hempstead
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ13 Buckinghamshire
- Delivery Location
- TLJ13 Buckinghamshire
-
- Local Authority
- Buckinghamshire
- Electoral Ward
- Aylesbury North
- Westminster Constituency
- Aylesbury
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03bf36-2023-11-29T15:09:35Z",
"date": "2023-11-29T15:09:35Z",
"ocid": "ocds-h6vhtk-03bf36",
"initiationType": "tender",
"tender": {
"id": "DN647448",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "The Provision of a Planned Maintenance Service for Alarm Systems and Emergency Lighting",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
"mainProcurementCategory": "services",
"description": "Buckinghamshire Council was seeking an experienced supplier to deliver its Planned Maintenance Service for Alarm Systems and Emergency Lighting. This service includes the provision of the following elements: * Statutory Compliance * Planned Preventative Maintenance (PPM) for Alarm Systems and Emergency Lighting * Single Point of Contact and Emergency 24/7 Call Out Facility The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate.",
"value": {
"amount": 920000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Buckinghamshire Council was seeking an experienced supplier to deliver its Planned Maintenance Service for Alarm Systems and Emergency Lighting. This service includes the provision of the following elements: * Statutory Compliance * Planned Preventative Maintenance (PPM) for Alarm Systems and Emergency Lighting * Single Point of Contact and Emergency 24/7 Call Out Facility The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate. Reactive and minor works are NOT provided under this contract. The Council requires a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific. Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term. Suppliers must be registered with the appropriate confederation or association related to the respective trades involved, eg: NICEIC or ECA. In addition suppliers must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services. The contract start date is anticipated to be 1st October 2023. The initial term will be for three years with an option to extend for a further 24 months. Additional information: The contract value II.1.7 and V2.4 covers the initial 36 month contract term. The value is for a modelled scenario based on the Council's current list of properties and the frequency of service types per property.",
"value": {
"amount": 920000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "An option to extend for a period, or consecutive periods, of up to 24 months."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "An option to extend for a period or consecutive periods of up to 24 months after the initial 3 year term."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKJ13"
},
{
"region": "UKJ13"
}
],
"deliveryLocation": {
"description": "Buckinghamshire"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.supplybucksbusiness.org.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Suppliers must be registered with the appropriate confederation or association related to the respective trades involved, eg: NICEIC or ECA. In addition suppliers must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-06-02T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2023-06-02T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-06-02T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "The Council will incorporate a standstill period at the point when information on the award of the contract is communicated to tenderers. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)"
},
"parties": [
{
"id": "GB-FTS-4238",
"name": "Buckinghamshire Council",
"identifier": {
"legalName": "Buckinghamshire Council"
},
"address": {
"streetAddress": "Walton Street Offices",
"locality": "Aylesbury",
"region": "UKJ13",
"postalCode": "HP20 1UA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mrs Ann Spence",
"email": "ann.spence@buckinghamshire.gov.uk",
"url": "https://www.supplybucksbusiness.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.buckinghamshire.gov.uk/",
"buyerProfile": "https://www.supplybucksbusiness.org.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-10068",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "The Royal Courts of Justice",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-99534",
"name": "Churches Fire Security Limited",
"identifier": {
"legalName": "Churches Fire Security Limited"
},
"address": {
"streetAddress": "Fire House, Mayflower Close,",
"locality": "Chandlers Ford, Hampshire,",
"region": "UKJ13",
"postalCode": "SO53 4AR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-4238",
"name": "Buckinghamshire Council"
},
"language": "en",
"awards": [
{
"id": "035236-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-99534",
"name": "Churches Fire Security Limited"
}
]
}
],
"contracts": [
{
"id": "035236-2023-1",
"awardID": "035236-2023-1",
"status": "active",
"value": {
"amount": 438812,
"currency": "GBP"
},
"dateSigned": "2023-11-14T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
}
}