Contract notice

Information

Published

Date of dispatch of this notice: 24/07/2020

Expire date: 10/09/2020

External Reference: 2020-563480

TED Reference: 2020/S 143-352999

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for Derbyshire
n/a
Force Headquarters, Butterley Hall
Ripley, Derbyshire
DE5 3RS
UK
Contact person: Jackie Baker
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=33554&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

Other type:  Local Government Police
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Reactive Maintenance Services and Small Works Projects
Reference number:  DP0424
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police and Crime Commissioner for Derbyshire, Derbyshire Fire & Rescue Authority and Derbyshire Police and Fire Partnership LLP (‘The Client’) is seeking the provision of professional building maintenance services to support the named forces/services Estates Department whose role it is to provide support to Derbyshire’s Police and Fire main activities. These services are to be let in 3 separate lots to comprise of both reactive and project based works up to a set individual value of £350,000.
This contract to be awarded in 3 separate lots as listed below:
Lot 1 – General Building Works
Lot 2 – Electrical Works
Lot 3 – Mechanical / Plumbing Works
A framework contract will be awarded with nil value /commitment for each lot and we propose to appoint up to 5 for Lot 1 and up to 3 each for Lot 2 & 3.
Total Annual estimate across all lots £2.1m.
II.1.5)

Estimated total value

Value excluding VAT: 8400000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lot 1 - Building
Lot 2 - Electrical
Lot 3 - Mechanical / Plumbing
II.2)

Description

II.2.1)

Title

General Building Works
Lot No:  1
II.2.2)

Additional CPV code(s)

45220000  -  Engineering works and construction works
II.2.3)

Place of performance

Main site or place of performance:  
Derbyshire
II.2.4)

Description of the procurement

This maintenance service is for Lot 1 General Building works which comprises of both reactive and project based works up to a set individual value of £350,000.
The Client has a mixture of operational and support sites spread throughout the County of Derbyshire, It is expected that the number and location of these Sites will change over the Term of this Agreement.
It is the client’s intention that the Sites should be maintained to a good standard and to comply with all current and relevant legislation. In undertaking all Services and procuring all works the Supplier shall give due consideration to the anticipated life-span of the buildings at the Sites. The Supplier shall ensure that maintenance works completed are done so in a manner that minimises disruption to police and fire operations.
A framework contract will be awarded with nil value /commitment for each Lot.
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: 4279000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Lot 2 - Electrical works
Lot No:   2
II.2.2)

Additional CPV code(s)

45259000  -  Repair and maintenance of plant
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
II.2.3)

Place of performance

Main site or place of performance:  
Derbyshire
II.2.4)

Description of the procurement

This maintenance service is for Lot 2 Electrical works which comprises of both reactive and project based works up to a set individual value of £350,000.
The Client has a mixture of operational and support sites spread throughout the County of Derbyshire, It is expected that the number and location of these Sites will change over the Term of this Agreement.
It is the client’s intention that the Sites should be maintained to a good standard and to comply with all current and relevant legislation. In undertaking all Services and procuring all works the Supplier shall give due consideration to the anticipated life-span of the buildings at the Sites. The Supplier shall ensure that maintenance works completed are done so in a manner that minimises disruption to police and fire operations.
A framework contract will be awarded with nil value /commitment for each Lot 2.
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: 1822000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Lot 3 - Mechancal / Plumbing works
Lot No:  3
II.2.2)

Additional CPV code(s)

45259000  -  Repair and maintenance of plant
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
II.2.3)

Place of performance

Main site or place of performance:  
Derbyshire
II.2.4)

Description of the procurement

This maintenance service is for Lot 3 Mechanical / Plumbing works which comprises of both reactive and project based works up to a set individual value of £350,000.
The Client has a mixture of operational and support sites spread throughout the County of Derbyshire, It is expected that the number and location of these Sites will change over the Term of this Agreement.
It is the client’s intention that the Sites should be maintained to a good standard and to comply with all current and relevant legislation. In undertaking all Services and procuring all works the Supplier shall give due consideration to the anticipated life-span of the buildings at the Sites. The Supplier shall ensure that maintenance works completed are done so in a manner that minimises disruption to police and fire operations.
A framework contract will be awarded with nil value /commitment for each Lot.
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: 2424000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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:  Details contained within the specification in the ITT documentation, to be issued by 31st July 2020.
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

Details contained within the ITT documentation.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  11
IV.1.6)

Information about electronic auction

An electronic auction will be used
Additional information about electronic auction:  
https://bluelight.eu-supply.com
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/09/2020
Local time:  12:00
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)
IV.2.7)

Conditions for opening of tenders

Date:  08/09/2020
Local time:  12:00
Place:  
Online Bluelight eu portal
Information about authorised persons and opening procedure:  
To be opened by nominated Derbyshire Procurement Team

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

Derbyshire Constabulary
Force Headquarters
Ripley, Derbyshire
DE5 3RS
UK
Internet address: www.derbyshire.police.uk

VI.4.2)

Body responsible for mediation procedures

Joint Director of Finance and Business Services
Force Headquarters,
Ripley, Derbyshire
DE5 3RS
UK
Internet address: www.derbyshire.police.co.uk

VI.4.4)

Service from which information about the review procedure may be obtained

Derbyshire Constabulary
Force Headquarters
Ripley, Derbyshire
DE5 3RS
UK
Internet address: www.derbyshire.police.uk