II.1)
Scope of the procurement
A0156 Boarding up service
Reference number:
A0156
35100000
-
Emergency and security equipment
Services
II.1.4)
Short description
Greater Manchester Police is seeking a single supplier to provide a fully
managed emergency boarding service to cover twelve geographic policing
divisions within the Force. The Contractor must be able to provide an emergency
boarding service to operate twenty-four hours per day on each and every day of
the year.
The Contractor will respond to a call-out and arrive at the place of service
delivery within 60 minutes of the call being received from Constabulary personnel
The contract will be for a period of 2 years with the option to extend for a further
2 years.
Bidders wishing to express an interest in the opportunity must be able to
demonstrate a good understanding of Social Value as detailed in the tender document.
II.1.5)
Estimated total value
Value excluding VAT: 350000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
44521100
-
Locks
44521110
-
Door locks
50000000
-
Repair and maintenance services
75241000
-
Public security services
98395000
-
Locksmith services
II.2.3)
Place of performance
NUTS code:
UKD3 -
Greater Manchester
Main site or place of performance:
Manchester, M11 2NS
II.2.4)
Description of the procurement
Greater Manchester Police is seeking a single supplier to provide a fully
managed emergency boarding service to cover twelve geographic policing
divisions within the Force. The Contractor must be able to provide an emergency
boarding service to operate twenty-four hours per day on each and every day of
the year.
The Contractor will respond to a call-out and arrive at the place of service
delivery within 60 minutes of the call being received from Constabulary personnel
The contract will be for a period of 2 years with the option to extend for a further
2 years.
Bidders wishing to express an interest in the opportunity must be able to
demonstrate a good understanding of Social Value as detailed below.
The Commissioner is committed to the Public Services (Social Value) Act 2012
(PSSVA 2012); ensuring that social, economic and environmental issues are
considered at all stages of our commissioning and procuring process, and as
part of the whole life cost of a contract.
The Commissioner aims to build resilient communities, reduce demand for public
services, lower environmental impacts and secure improvements in social capital,
such as citizenship, neighbourliness, social networks and civic participation
associated with general positive effects across the life course. As part of the
Commissioner’s social value policy, we also embrace the regional social value
outcomes from the Greater Manchester Combined Authority
Build Resilient Communities
• Encourage resident participation and promote active citizenship
• Provide health, wellbeing and support packages and work towards
paying a living wage
• Build capacity and support for the Third Sector
Reduce Demand on Public Services
• Support local business and spend money locally
• Create jobs, apprenticeships and training opportunities
• Reduce Inequality and raise living standards
Lower Environmental Impacts
• Reduce waste and protect natural resources
• Reduce energy consumption and CO2 emissions in buildings
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 350000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start:
06/01/2017
/
End:
05/01/2019
This contract is subject to renewal:
yes
Description of renewals:
The contract will be for a period of 24 months with the option to extend for a further 24 months. (either incrementally or as a single extension)
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
This tender process is being conducted through the Bluelight e-tendering portal. In the interests of fairness, accountability and auditability, all communication regarding this tender must be made through the ‘Discussion’ facility of the Bluelight portal. No other methods of communication will receive a response.