Contract notice

Information

Published

Date of dispatch of this notice: 17/07/2018

Expire date: 16/08/2018

External Reference: 2018-648662

TED Reference: 2018/S 137-312948

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Greater Manchester Combined Authority - Greater Manchester Police
GB 183 0464 15
Openshaw Complex, Lawton Street, Openshaw
Manchester
M11 2NS
UK
Contact person: Arinze Igwe
Telephone: +44 161561114
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Internet address(es):
Main address: www.gmp.police.uk

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=24821&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

Maintenance of Generator Sets
Reference number:  A0353
II.1.2)

Main CPV code

50532300  -  Repair and maintenance services of generators
II.1.3)

Type of contract

Services
II.1.4)

Short description

This Contract shall be for the provision of routine and scheduled maintenance of the generators installed across the Greater Manchester Police estate, which currently comprises of approximately 23 sites. This Contract shall include the installation of new plant and equipment associated with any remedial work emanating from the maintenance regime.
This is an OJEU procurement exercise using the Restricted Procedure (2 stage process), in accordance with the Public Contracts Regulations 2015. It is expected that a maximum of 7 (seven) Bidders will be shortlisted and be invited to submit a tender. However, the Authority reserves the right to shortlist fewer or more Bidders, either due to the spread of scores or where there is another justifiable reason to do so.
The Contract shall be for an initial period of 3 years with an option to further extend for 2 years. The ultimate Contract end date shall be 02/12/2023 (subject to contract award date).
II.1.5)

Estimated total value

Value excluding VAT: 325000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
51111200  -  Installation services of generators
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
Manchester, M11 2NS
II.2.4)

Description of the procurement

This Contract shall be for the provision of routine and scheduled maintenance of the generators installed across the Greater Manchester Police estate, which currently comprises of approximately 23 sites. This Contract shall include the installation of new plant and equipment associated with any remedial work emanating from the maintenance regime.
This is an OJEU procurement exercise using the Restricted Procedure (2 stage process), in accordance with the Public Contracts Regulations 2015. It is expected that a maximum of 7 (seven) Bidders will be shortlisted and be invited to submit a tender. However, the Authority reserves the right to shortlist fewer or more Bidders, either due to the spread of scores or where there is another justifiable reason to do so.
The Contract shall be for an initial period of 3 years with an option to further extend for 2 years. The ultimate Contract end date shall be 02/12/2023 (subject to contract award date).
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Option to extend for 2 years (1 year + 1 year).
II.2.9)

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

Envisaged number of candidates: 7
Objective criteria for choosing the limited number of candidates:
It is expected that a maximum of 7 (seven) Bidders will be shortlisted and be invited to submit a tender. However, the Authority reserves the right to shortlist fewer or more Bidders, either due to the spread of scores or where there is another justifiable reason to do so.
Assessment method information for the 1st stage exercise is also provided in the selection questionnaire document.
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 ‘messaging' tool of the Bluelight portal. No other methods of communication will receive a response.

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:  As per the tender documents.
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

As per the tender documents.

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:  16/08/2018
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 11/09/2018
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 : 60  (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
VI.3)

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 ‘Messaging' tool of the Bluelight portal. No other methods of communication will receive a response.
VI.4)

Procedures for review

VI.4.1)

Review body

Greater Manchester Combined Authority - GMP
Openshaw complex, Lawton street
Manchester
M112NS
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.