Published date: 21 July 2021

Last edited date: 17 August 2021

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 27 August 2021, 2pm

Contract summary

Industry

  • Alarm system and antenna installation work - 45312000

Location of contract

PO1 2BJ

Value of contract

£3,100,000 to £4,150,000

Procurement reference

P00004555

Published date

21 July 2021

Closing date

27 August 2021

Closing time

2pm

Contract start date

9 January 2022

Contract end date

31 December 2030

Contract type

Works

Procedure type

Restricted procedure (above threshold)

A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

Portsmouth City Council (the 'Council') is inviting expressions of interest from suitably experienced contractors for the replacement of existing analogue residential Warden and Telecare Call systems installed within the Council's 34 sheltered housing properties with digital systems.

Following completion of the supply and installation works the Council will also require ongoing servicing, maintenance, repair and spares provision on a rolling basis. In order to ensure flexibility the Council will require that the new systems can operate on a full Open Protocol basis in terms of both hardware / software integration and ongoing servicing & maintenance.

Supply & installation works will be delivered on a phased basis made up of multiple sheltered housing blocks within each phase. The first phase (Phase 1) comprising 8 blocks is targeted to commence on site in January 2022 with all subsequent phases to be completed as far in advance of the 2025 deadline after which the analogue telephone services which the current systems rely upon will be switched off as the UK's telecoms infrastructure is upgraded to digital connectivity.

In order to provide continuity and ideally realise economies of scale and programme efficiencies, the Council will seek to ideally work with one contractor to deliver the supply & installation works and ongoing servicing & maintenance requirements. However in order to provide contingency and options for programme acceleration of installations a multi-suppler framework made up of 3-4 contractors will be established.

The top ranked framework contractor will be the primary source for all supply & installation works and, unless there is an issue with performance, the sole provider in respect of ongoing servicing & maintenance of the entire system portfolio.

The estimated cost for delivery of Phase 1 is approx. £600k with the further 26 blocks equating to approx. £2.15M bringing the total approx. estimated value for supply & installation of new systems across all 34 blocks to approx. £2.75M. The estimated cost for delivery of on-going servicing & maintenance including for repairs and spares provision is estimated to be at maximum approx. £70k per annum.

Servicing & maintenance agreements will be let on a 5 year initial term which can be subsequently extended on a rolling basis in increments to be agreed of no less than 1 year and no more than 5 years in any one increment. It is anticipated that the new systems and equipment will have a 20 year operational life.

Award of the framework agreement and Phase 1 contract is targeted for November 2021. The framework agreement will run for a period of 4 years with an option to extend for a further 2 years in case there is any delay to the installation programme and / or change to the national analogue to digital switchover timescales.
The Council will run the procurement process in accordance with the 'Restricted' procedure as set out wi...


More information

Links

Additional text

Application is via completion and submission of a project specific Supplier Status Questionnaire (SSQ) by the deadline stated above which will be assessed following the criteria set out within the SSQ documentation. The SSQ documentation is accessible via the Council's e-sourcing solution which will be used to administrate the procurement process and is accessible free of charge via the link below:

https://in-tendhost.co.uk/portsmouthcc/aspx/home/


Is a Recurrent Procurement Type? : No


About the buyer

Contact name

Tim Brock

Address

Guildhall Square
Portsmouth
Hampshire
PO1 2BJ
United Kingdom

Telephone

023 9284 1820

Email

Tim.Brock@portsmouthcc.gov.uk