Contract notice

Information

Published

Date of dispatch of this notice: 15/10/2018

Expire date: 22/11/2018

External Reference: 2018-533196

TED Reference: 2018/S 201-456869

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Helen Elliott
Telephone: +44 1606362063
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=25672&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

Security Maintenance, Servicing ,Repairs and Small Works Services
Reference number:  CPA/SPU/889
II.1.2)

Main CPV code

50610000  -  Repair and maintenance services of security equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police and Crime Commissioner for Cheshire (PCC) is inviting contractors on a Lot basis to provide Security Maintenance, Servicing ,Repairs and Small Works Servicesat both the PCC's and CFA’s premises. (This excludes the Headquarters at Winsford, as this is subject to Facilities Management under a PFI Contract). Contractors will be required to provide cyclical servicing, maintenance work, minor works, repairs which could be on a routine or call-out basis and ad-hoc new work. The ad-hoc new work jobs will not exceed £25k value per job. Any ad-hoc new work/jobs will be called off as and when required. Contractors will be required to provide a 24/7/365(366) service and offer a reactive maintenance and repair service within 3 hours for all emergency work. Lot 1 – CCTV. Lot 2 – Access Control Systems. Lot 3 - Intruder Alarm Systems & Affray/Panic Alarms. Lot 4 - Intercom Systems, Public Address Systems and Cell Call Systems. Full details are available in the Online ITT.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  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 Zero - Security - Maintenance, Servicing & Repairs
Lot No:  0
II.2.2)

Additional CPV code(s)

50610000  -  Repair and maintenance services of security equipment
50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

Main site or place of performance:  
PCC for Cheshire and Cheshire Fire Authority Premises
II.2.4)

Description of the procurement

Lot Zero is the main tender and needs to be completed by all economic operators wishing to be considered/bid. Lots 1/2/3/4 need to be competed as required, if you wish to tender for the category of items covered by each lot. Lot Zero will not be awarded as it is the main tender and includes the SQ. Lots 1/2/3/4 may be awarded following evaluation.
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: 1.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2019  /  End: 31/03/2022
This contract is subject to renewal: yes
Description of renewals:  
There will be option to extend for a period up to 24 months
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There will be option to extend for a period up to 24 months
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

Lot Zero is the main tender and needs to be completed by all economic operators wishing to be considered/bid. Lots 1/2/3/4 need to be competed as required, if you wish to tender for the category of items covered by each lot.
II.2)

Description

II.2.1)

Title

Lot One (1) CCTV
Lot No:  1
II.2.2)

Additional CPV code(s)

50610000  -  Repair and maintenance services of security equipment
50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

Main site or place of performance:  
PCC for Cheshire and Cheshire Fire Authority Premises
II.2.4)

Description of the procurement

Lot 1 (One) covers CCTV.
Contractors will be required to provide cyclical servicing, maintenance work, minor works, repairs which could be on a routine or call-out basis and ad-hoc new small works. Full details are contained within the Main Specification and Appendix A1 & D1
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality (Sub Weightings in Online ITT)  /  Weighting:  40%
Cost criterion  -  Name:  Price (Sub Weightings in Online ITT)  /  Weighting:  60%
II.2.6)

Estimated value

Value excluding VAT: 500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2019  /  End: 31/03/2022
This contract is subject to renewal: yes
Description of renewals:  
There will be option to extend for a period up to 24 months
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There will be option to extend for a period up to 24 months
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

All suppliers wishing to be considered need to complete Lot Zero of the Online ITT Questionnaire, as well as the Online Questionnaire for this Lot One (1)
II.2)

Description

II.2.1)

Title

Lot Two (2) Access Control Systems
Lot No:  2
II.2.2)

Additional CPV code(s)

50610000  -  Repair and maintenance services of security equipment
50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

Main site or place of performance:  
PCC for Cheshire and Cheshire Fire Authority Premises
II.2.4)

Description of the procurement

Lot 2 (Two) covers Access Control Systems.
Contractors will be required to provide cyclical servicing, maintenance work, minor works, repairs which could be on a routine or call-out basis and ad-hoc new small works. Full details are contained within the Main Specification and Appendix A2 & D2
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality (Sub Weightings in Online ITT)  /  Weighting:  40%
Cost criterion  -  Name:  Price (Sub Weightings in Online ITT)  /  Weighting:  60%
II.2.6)

Estimated value

Value excluding VAT: 200000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2019  /  End: 31/03/2022
This contract is subject to renewal: yes
Description of renewals:  
There will be option to extend for a period up to 24 months
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There will be option to extend for a period up to 24 months
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

All suppliers wishing to be considered need to complete Lot Zero of the Online ITT Questionnaire, as well as the Online Questionnaire for this Lot Tow (2)
II.2)

Description

II.2.1)

Title

Lot Three (3) Alarms
Lot No:  3
II.2.2)

Additional CPV code(s)

50610000  -  Repair and maintenance services of security equipment
50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

Main site or place of performance:  
PCC for Cheshire and Cheshire Fire Authority Premises
II.2.4)

Description of the procurement

Lot Three (3) covers Alarms.
Contractors will be required to provide cyclical servicing, maintenance work, minor works, repairs which could be on a routine or call-out basis and ad-hoc new small works. Full details are contained within the Main Specification and Appendix A3 & D3
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality (Sub Weightings in Online ITT)  /  Weighting:  40%
Cost criterion  -  Name:  Price (Sub Weightings in Online ITT)  /  Weighting:  60%
II.2.6)

Estimated value

Value excluding VAT: 100000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2019  /  End: 31/03/2022
This contract is subject to renewal: yes
Description of renewals:  
There will be option to extend for a period up to 24 months
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There will be option to extend for a period up to 24 months
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

All suppliers wishing to be considered need to complete Lot Zero of the Online ITT Questionnaire, as well as the Online Questionnaire for this Lot Three (3)
II.2)

Description

II.2.1)

Title

Lot Four (4) Intercom, PA, Cell Call
Lot No:  4
II.2.2)

Additional CPV code(s)

50610000  -  Repair and maintenance services of security equipment
50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

Main site or place of performance:  
PCC for Cheshire and Cheshire Fire Authority Premises
II.2.4)

Description of the procurement

Lot Four (4) covers Intercom, PA, Cell Call.
Contractors will be required to provide cyclical servicing, maintenance work, minor works, repairs which could be on a routine or call-out basis and ad-hoc new small works. Full details are contained within the Main Specification and Appendix A4 & D4
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality (Sub Weightings in Online ITT)  /  Weighting:  40%
Cost criterion  -  Name:  Price (Sub Weightings in Online ITT)  /  Weighting:  60%
II.2.6)

Estimated value

Value excluding VAT: 100000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2019  /  End: 31/03/2022
This contract is subject to renewal: yes
Description of renewals:  
There will be option to extend for a period up to 24 months
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There will be option to extend for a period up to 24 months
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

All suppliers wishing to be considered need to complete Lot Zero of the Online ITT Questionnaire, as well as the Online Questionnaire for this Lot Four (4)

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 set out in the online 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 set out in the online tender documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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:  22/11/2018
Local time:  10:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  22/11/2018
Local time:  10:00
Place:  
Online - The Office of the Police and Crime Commissioner for Cheshire
Information about authorised persons and opening procedure:  
Representative of The Office of the Police and Crime Commissioner for Cheshire will electronically open the tender box.

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

High Court
Manchester
UK