Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

SBC0923 Replacement of Obsolete Intercom and Door Entry Systems

  • First published: 07 September 2023
  • Last modified: 07 September 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03fa83
Published by:
Stevenage Borough Council
Authority ID:
AA22366
Publication date:
07 September 2023
Deadline date:
13 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Stevenage Borough Council (SBC) will require the successful contractor to replace the current obsolete Intercom and Door Entry Systems and the main security doors including the lobby area enclosure for both Brent and Harrow Court tower blocks.SBC has currently invested in over 100 installations of the Neon / KMS systems across its portfolio and as such will require all Bidders to use Neon and Came/KMS equipment for this tender. This ensures the Council retains consistent technical, operational and maintenance effectiveness and that this installation fully functions and integrates with the current web-based access control system. These works will require the replacement of existing wiring and containment used to carry cable to each of the flats on each floor. It is essential that these works cause as little disruption to the residents as possible.The Contractor must hold all relevant and up to date certification required to carry out the works. All certificates will be validated as part of the tender process. It will also be required prior to commencement of the works that resident engagement has taken place to ensure they are fully informed of the works to be carried out and the requirement to gain access to properties as part of the planned installation.IMPORTANT - Mandatory site visits are required as part of the procurement process – please see ITT and Appendix 11 for details of dates and booking process.Please note the deadline for returns and allow sufficient time to make your return as late returns will not be permitted. Any questions relating to this tender should be made via correspondence on the website and can be addressed to the main contact

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Stevenage Borough Council

Daneshill House, Danestrete

Stevenage

SG1 1HN

UK

Contact person: Andy Salter - All correspondence to be via portal

E-mail: procurement@stevenage.gov.uk

NUTS: UKH23

Internet address(es)

Main address: www.stevenage.gov.uk

Address of the buyer profile: https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

I.3) Communication

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

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

SBC0923 Replacement of Obsolete Intercom and Door Entry Systems

Reference number: CCD01185

II.1.2) Main CPV code

32360000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Applications are invited from suitably experienced suppliers to carry out the replacement of obsolete Intercom and Door Entry Systems and Main Security Doors including the lobby area enclosures for Brent and Harrow Court Tower Blocks.

II.1.5) Estimated total value

Value excluding VAT: 250 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Stevenage Borough Council (SBC) will require the successful contractor to replace the current obsolete Intercom and Door Entry Systems and the main security doors including the lobby area enclosure for both Brent and Harrow Court tower blocks.SBC has currently invested in over 100 installations of the Neon / KMS systems across its portfolio and as such will require all Bidders to use Neon and Came/KMS equipment for this tender. This ensures the Council retains consistent technical, operational and maintenance effectiveness and that this installation fully functions and integrates with the current web-based access control system. These works will require the replacement of existing wiring and containment used to carry cable to each of the flats on each floor. It is essential that these works cause as little disruption to the residents as possible.The Contractor must hold all relevant and up to date certification required to carry out the works. All certificates will be validated as part of the tender process. It will also be required prior to commencement of the works that resident engagement has taken place to ensure they are fully informed of the works to be carried out and the requirement to gain access to properties as part of the planned installation.IMPORTANT - Mandatory site visits are required as part of the procurement process – please see ITT and Appendix 11 for details of dates and booking process.Please note the deadline for returns and allow sufficient time to make your return as late returns will not be permitted. Any questions relating to this tender should be made via correspondence on the website and can be addressed to the main contact

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 250 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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 ITT Documentation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to ITT Documentation

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 13/10/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 13/10/2023

Local time: 12:00

Place:

Intend Portal

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

To access this procurement opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council`s procurement documents are available within the e-Tendering system.This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.com or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:30.The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council`s obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council`s requirements and remain financially viable to fulfil the requirements under the Contract.

VI.4) Procedures for review

VI.4.1) Review body

High Court

The Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

High Court

The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.

VI.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

06/09/2023

Coding

Commodity categories

ID Title Parent category
32360000 Intercom equipment Television and radio receivers, and sound or video recording or reproducing apparatus

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@stevenage.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.