Contract notice

Information

Published

Date of dispatch of this notice: 24/07/2017

Expire date: 25/08/2017

External Reference: 2017-962801

TED Reference: 2017/S 142-292181

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

GMCA
GB 183 0464 15
Openshaw Complex, Lawton Street, Openshaw
Manchester
M11 2NS
UK
Contact person: Stacey Ward
Telephone: +44 1618562661
NUTS code:  UKD3 -  Greater Manchester
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=20058&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Installation, Maintenance and Repair of Electrical, Fire Security Systems including Inspection and Testing of Fixed Wiring and Portable Appliances
Reference number:  A0354
II.1.2)

Main CPV code

71314100  -  Electrical services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Greater Manchester Police are looking for a single supplier for each LOT to provide a contract for Installation, Maintenance and Repair of Electrical, Fire, Security Systems, and Inspection and Testing of Fixed Wiring and PAT.
The contract will be divided into 6 Lots. These Lots are as follows.
1. Maintenance, Repair and Installation of CCTV across GMP estate including custody suites 2. Alarm Monitoring
3. Maintenance, Repair and Installation of Intruder Alarms and Access Control Systems
4. Maintenance, Repair and Installation of Fire Alarm Systems
5. Supply, Service and Maintenance of Fire Extinguishers
6. Portable Appliance Testing, Fixed Wire Testing and Emergency Lighting Testing – including repairs and remedial works. Please refer to the specification for more details.
GMP will be using Construction Line for the SSQ stage.
GMP WILL REQUIRE THE AWARDED SUPPLIER TO BE REGISTERED ON CONSTRUCTIONLINE
Estimated spend PA across all LOTS £900,000
II.1.5)

Estimated total value

Value excluding VAT: 900000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

LOT 1 - Maintenance, Repair and Installation of CCTV across GMP estate including custody suites
Lot No:  1
II.2.2)

Additional CPV code(s)

31625000  -  Burglar and fire alarms
31625200  -  Fire-alarm systems
31625300  -  Burglar-alarm systems
35111300  -  Fire extinguishers
35121700  -  Alarm systems
42961100  -  Access control system
79711000  -  Alarm-monitoring services
92222000  -  Closed circuit television services
II.2.3)

Place of performance

NUTS code:  UKD3 -  Greater Manchester
II.2.4)

Description of the procurement

The planned preventative and reactive maintenance and fault repair including all parts and components of the CCTV systems, in accordance with:
• NACP 20 NSI - Code of Practice
• BS 8418:2003 Monitored detector operated CCTV - code of practice
• BS 7958:1999 Management and operation - code of practice
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: 260138.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/03/2018  /  End: 28/02/2021
This contract is subject to renewal: yes
Description of renewals:  
FOR AN INITIAL PERIOD OF 3 YEARS WITH THE OPTION TO EXTEND FOR A FURTHER 2 YEARS SUBJECT TO PERFORMANCE.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is expected that 5 (five ) tenderers for each LOT will be shortlisted and be invited to submit a tender. However GMP reserve the right to shortlist fewer or more suppliers, either due to the spread of scores or where there is another justifiable reason to do so.
Submissions that fail to achieve a minimum of 60% of the available score will not be considered for selection to submit a tender bid at Invitation to Tender stage.
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 Invitation to Tender (“ITT”) has been issued by Greater Manchester Combined Authority as the Contracting Authority for Greater Manchester Police. This is a competitive procurement using the Restricted Procedure (2 stage process), in accordance with the Public Contracts Regulations 2015.
II.2)

Description

II.2.1)

Title

LOT 2 Alarm Monitoring
Lot No:  2
II.2.2)

Additional CPV code(s)

31625000  -  Burglar and fire alarms
31625200  -  Fire-alarm systems
31625300  -  Burglar-alarm systems
35111300  -  Fire extinguishers
35121700  -  Alarm systems
42961100  -  Access control system
79711000  -  Alarm-monitoring services
92222000  -  Closed circuit television services
II.2.3)

Place of performance

NUTS code:  UKD3 -  Greater Manchester
II.2.4)

Description of the procurement

To provide remote alarm monitoring of all intruder alarms, fire alarms and CCTV in accordance with the schedule of alarms.
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: 15302.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/03/2018  /  End: 28/02/2021
This contract is subject to renewal: yes
Description of renewals:  
FOR AN INITIAL PERIOD OF 3 YEARS WITH THE OPTION TO EXTEND FOR A FURTHER 2 YEARS SUBJECT TO PERFORMANCE.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is expected that 5 (five ) tenderers for each LOT will be shortlisted and be invited to submit a tender. However GMP reserve the right to shortlist fewer or more suppliers, either due to the spread of scores or where there is another justifiable reason to do so.
Submissions that fail to achieve a minimum of 60% of the available score will not be considered for selection to submit a tender bid at Invitation to Tender stage.
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 Invitation to Tender (“ITT”) has been issued by Greater Manchester Combined Authority as the Contracting Authority for Greater Manchester Police. This is a competitive procurement using the Restricted Procedure (2 stage process), in accordance with the Public Contracts Regulations 2015.
II.2)

Description

II.2.1)

Title

LOT 3 Maintenance, Repair and Installation of Intruder Alarms and Access Control Systems
Lot No:  3
II.2.2)

Additional CPV code(s)

31625000  -  Burglar and fire alarms
31625200  -  Fire-alarm systems
31625300  -  Burglar-alarm systems
35111300  -  Fire extinguishers
35121700  -  Alarm systems
42961100  -  Access control system
79711000  -  Alarm-monitoring services
92222000  -  Closed circuit television 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

To provide planned, preventative maintenance to all Intruder Alarm systems installed throughout GMP buildings, in accordance with BS4737, EN50131, PD6662:2004 and HVCA SFG20.
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: 237185.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/03/2018  /  End: 28/02/2021
This contract is subject to renewal: yes
Description of renewals:  
FOR AN INITIAL PERIOD OF 3 YEARS WITH THE OPTION TO EXTEND FOR A FURTHER 2 YEARS SUBJECT TO PERFORMANCE.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is expected that 5 (five ) tenderers for each LOT will be shortlisted and be invited to submit a tender. However GMP reserve the right to shortlist fewer or more suppliers, either due to the spread of scores or where there is another justifiable reason to do so.
Submissions that fail to achieve a minimum of 60% of the available score will not be considered for selection to submit a tender bid at Invitation to Tender stage.
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 Invitation to Tender (“ITT”) has been issued by Greater Manchester Combined Authority as the Contracting Authority for Greater Manchester Police. This is a competitive procurement using the Restricted Procedure (2 stage process), in accordance with the Public Contracts Regulations 2015.
II.2)

Description

II.2.1)

Title

LOT 4 Maintenance, Repair and Installation of Fire Alarm Systems
Lot No:  4
II.2.2)

Additional CPV code(s)

31625000  -  Burglar and fire alarms
31625200  -  Fire-alarm systems
31625300  -  Burglar-alarm systems
35111300  -  Fire extinguishers
35121700  -  Alarm systems
42961100  -  Access control system
79711000  -  Alarm-monitoring services
92222000  -  Closed circuit television 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

FIRE ALARM SYSTEM MAINTENANCE
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: 252487.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/03/2018  /  End: 28/02/2021
This contract is subject to renewal: yes
Description of renewals:  
FOR AN INITIAL PERIOD OF 3 YEARS WITH THE OPTION TO EXTEND FOR A FURTHER 2 YEARS SUBJECT TO PERFORMANCE.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is expected that 5 (five ) tenderers for each LOT will be shortlisted and be invited to submit a tender. However GMP reserve the right to shortlist fewer or more suppliers, either due to the spread of scores or where there is another justifiable reason to do so.
Submissions that fail to achieve a minimum of 60% of the available score will not be considered for selection to submit a tender bid at Invitation to Tender stage.
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 Invitation to Tender (“ITT”) has been issued by Greater Manchester Combined Authority as the Contracting Authority for Greater Manchester Police. This is a competitive procurement using the Restricted Procedure (2 stage process), in accordance with the Public Contracts Regulations 2015.
II.2)

Description

II.2.1)

Title

LOT 5 Supply, Service and Maintenance of Fire Extinguishers
Lot No:  5
II.2.2)

Additional CPV code(s)

31625000  -  Burglar and fire alarms
31625200  -  Fire-alarm systems
31625300  -  Burglar-alarm systems
35111300  -  Fire extinguishers
35121700  -  Alarm systems
42961100  -  Access control system
79711000  -  Alarm-monitoring services
92222000  -  Closed circuit television 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

To provide a BAFE Contract Maintenance of Portable Fire Extinguishers incorporating Registered Fire Extinguisher Service Technicians’ SP101/ST104.
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: 26500.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/03/2018  /  End: 28/02/2021
This contract is subject to renewal: yes
Description of renewals:  
FOR AN INITIAL PERIOD OF 3 YEARS WITH THE OPTION TO EXTEND FOR A FURTHER 2 YEARS SUBJECT TO PERFORMANCE.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is expected that 5 (five ) tenderers for each LOT will be shortlisted and be invited to submit a tender. However GMP reserve the right to shortlist fewer or more suppliers, either due to the spread of scores or where there is another justifiable reason to do so.
Submissions that fail to achieve a minimum of 60% of the available score will not be considered for selection to submit a tender bid at Invitation to Tender stage.
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 Invitation to Tender (“ITT”) has been issued by Greater Manchester Combined Authority as the Contracting Authority for Greater Manchester Police. This is a competitive procurement using the Restricted Procedure (2 stage process), in accordance with the Public Contracts Regulations 2015.
II.2)

Description

II.2.1)

Title

LOT 6 Portable Appliance Testing, Fixed Wire Testing and Emergency Lighting Testing – including repa
Lot No:  6
II.2.2)

Additional CPV code(s)

31625000  -  Burglar and fire alarms
31625200  -  Fire-alarm systems
31625300  -  Burglar-alarm systems
35111300  -  Fire extinguishers
35121700  -  Alarm systems
42961100  -  Access control system
79711000  -  Alarm-monitoring services
92222000  -  Closed circuit television 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

Electrical periodic testing and inspections, portable appliance and emergency lighting testing- please refer to the specification.
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: 150000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/03/2018  /  End: 28/02/2021
This contract is subject to renewal: yes
Description of renewals:  
FOR AN INITIAL PERIOD OF 3 YEARS WITH THE OPTION TO EXTEND FOR A FURTHER 2 YEARS SUBJECT TO PERFORMANCE.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is expected that 5 (five ) tenderers for each LOT will be shortlisted and be invited to submit a tender. However GMP reserve the right to shortlist fewer or more suppliers, either due to the spread of scores or where there is another justifiable reason to do so.
Submissions that fail to achieve a minimum of 60% of the available score will not be considered for selection to submit a tender bid at Invitation to Tender stage.
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 Invitation to Tender (“ITT”) has been issued by Greater Manchester Combined Authority as the Contracting Authority for Greater Manchester Police. This is a competitive procurement using the Restricted Procedure (2 stage process), in accordance with the Public Contracts Regulations 2015.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the 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:  23/08/2017
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 3  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Greater Manchester Combined Authority / GMP
Openshaw Complex, Lawton Street
Manchester
M11 2NS
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with Regulation 87 of the Public Contract Regulations 2015 (as amended) contracting authorities are obliged to introduce a “standstill” period of 10 days between selecting a winning bidder and entering into a binding agreement.
VI.5)

Date of dispatch of this notice

24/07/2017