Contract notice

Information

Published

Date of dispatch of this notice: 31/01/2019

Expire date: 22/03/2019

External Reference: 2019-510430

TED Reference: 2019/S 024-053041

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

East Sussex Fire Authority
N/A
ESFRS Service HQ, Church Lane
LEWES
BN7 2DZ
UK
Contact person: Glenn Johnston
Telephone: +44 01323462206
Internet address(es):
Main address: https://www.esfrs.org

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=27021&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

Buiding Maintenance Services and Low Value Works across the ESFA Estate
Reference number:  ESFA0114 Building Maintenance
II.1.2)

Main CPV code

50700000  -  Repair and maintenance services of building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

East Sussex Fire Authority (ESFA) is seeking to award a contract for the provision of ad-hoc building maintenance, repairs and routine planned building works across its estate in East Sussex and Brighton and Hove. The Contract will be for a three year period commencing on a the 1st July 2019 with an option for the Authority to extend the Contract for a further period of up to twelve months, where the supplier is in agreement. This call off contract will cover the requirement for routine building maintenance, ad-hoc emergency repairs and on occasion small scale building works, up to a value of £100,000 per project.
II.1.5)

Estimated total value

Value excluding VAT: 2500000.00  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
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50712000  -  Repair and maintenance services of mechanical building installations
II.2.3)

Place of performance

Main site or place of performance:  
East Sussex including Brighton and Hove
II.2.4)

Description of the procurement

East Sussex Fire Authority (ESFA) is seeking to award a contract for the provision of ad-hoc building maintenance, repairs and routine planned building works across its estate in East Sussex and Brighton and Hove. The Contract will be for a three year period commencing on a the 1st July 2019 with an option for the Authority to extend the Contract for a further period of up to twelve months, where the supplier is in agreement. This call off contract will cover the requirement for routine building maintenance, ad-hoc emergency repairs and on occasion small scale building works, up to a value of £100,000 per project. Building works above this value will be advertised separately.By the nature of the requirement, no work is guaranteed, however our routine annual spend on normal Reactive Maintenance for the last two years, has been around £250k.We are also moving ahead with a capital programme to refurbish and remodel a number of Fire Stations across the estate. While much of the major refurbishment and remodelling, including station extensions, will be subject to a separate tender exercise, some of the smaller value Works (estimated individual works with costs of up to £100k) may form part of this contract.
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: no
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

Contract value is dependant on other as yet unplanned works. Routine maintenance works normally costs about £250k per year but as part of an Estate remodel and refurbishment, there are a series of small works that may form part of this contract that could see the value reach or exceed £2.5m however this work is not guaranteed at this time.

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:  Any conditions required are detailed in the procurement 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

Any conditions required are detailed in the procurement 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:  22/03/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  22/03/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

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

Procedures for review

VI.4.1)

Review body

Centre for Effective Dispute Resolution
London
UK