Contract notice

Information

Published

Date of dispatch of this notice: 07/12/2020

Expire date: 19/01/2021

External Reference: 2020-590805

TED Reference: 2020/S 242-600249

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of the Sussex Police & Crime Commissioner
N/A
Sackville House, Brooks Close
Lewes
BN7 2FZ
UK
Contact person: Rob McCarthy
Telephone: +44 7976982887
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=35772&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

Workshop Equipment Maintenance and Calibration
Reference number:  JPS750
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Surrey and Sussex Police Joint Transport Service (JTS) require a contractor to identify, inspect, carry out preventative maintenance and calibrate all pieces of workshop plant and equipment. This service will be provided across all 4 main JTS workshops and 2 support workshops the force currently has.
The PCC for Sussex is acting as the lead for a Framework Agreement for Sussex Police, the Police and Crime Commissioner for Surrey, Surrey Police, East Sussex Fire Authority, Surrey Fire and Rescue Service and West Sussex Fire and Rescue Service who may wish to request the provision of the Services under this Framework at their discretion.
II.1.5)

Estimated total value

Value excluding VAT: 480000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50531300  -  Repair and maintenance services of compressors
50532000  -  Repair and maintenance services of electrical machinery, apparatus and associated equipment
50800000  -  Miscellaneous repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
East Sussex, BN7 2FZ
II.2.4)

Description of the procurement

Surrey and Sussex Police Joint Transport Service (JTS) require a contractor to identify, inspect, carry out preventative maintenance and calibrate all pieces of workshop plant and equipment. This service will be provided across all 4 main JTS workshops and 2 support workshops the force currently has.
The PCC for Sussex is acting as the lead for a Framework Agreement for Sussex Police, the Police and Crime Commissioner for Surrey, Surrey Police, East Sussex Fire Authority, Surrey Fire and Rescue Service and West Sussex Fire and Rescue Service who may wish to request the provision of the Services under this Framework at their discretion.
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: 480000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/03/2021  /  End: 28/02/2023
This contract is subject to renewal: yes
Description of renewals:  
2 x 12 Months
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

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:  Criteria is stated 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

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 a single operator
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:  15/01/2021
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 : 1  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  15/01/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The Police and Crime Commissioner for Sussex
Sackville House, Brooks Close
Lewes
BN7 2FZ
UK