II.1)
Scope of the procurement
Maintenance of Generator Sets
Reference number:
A0353
50532300
-
Repair and maintenance services of generators
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.2.2)
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).
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.