Contract notice

Information

Published

Expire date: 07/10/2021

External Reference: 2021-519412

FTS Reference: 2021-022091

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Merseyside Police - Procurement Department
N/A
Police Headquarters, Canning Place
Liverpool
L1 8JX
UK
Contact person: Pauline Totton
Telephone: +44 1517771926
NUTS code:  UKD7 -  Merseyside
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=39480&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

Reactive and Planned Maintenance - ELECTRICAL
Reference number:  PCC/PD/169
II.1.2)

Main CPV code

50711000  -  Repair and maintenance services of electrical building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

This opportunity is part of a wider model to renew the current maintenance framework. The other services available are Building Maintenance and Mechanical Maintenance. (See Bluelight for further details) NOTE: In order for the Force to maintain an element of resilience in the event of service failure, the maximum any interested party can be awarded is two out of these three available contracts. A single company is to be selected to provide maintenance services for the following, which will be managed by the Corporate Assets Department of Merseyside Police: Electrical works.
Scope: -
- Reactive repairs, responding to faults and breakdowns, this service is to be inclusive of an out-of-hours provision.
- Pro-active servicing of elements and systems, to a pre-determined priced schedule in order to ensure safe and efficient building use and minimise the need for reactive repairs.
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  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
50711000  -  Repair and maintenance services of electrical building installations
II.2.3)

Place of performance

NUTS code:  UKD7 -  Merseyside
Main site or place of performance:  
Merseyside
II.2.4)

Description of the procurement

This opportunity is part of a wider model to renew the current maintenance framework. The other services available are Building Maintenance and Mechanical Maintenance. (See Bluelight for further details) NOTE: In order for the Force to maintain an element of resilience in the event of service failure, the maximum any interested party can be awarded is two out of these three available contracts. A single company is to be selected to provide maintenance services for the following, which will be managed by the Corporate Assets Department of Merseyside Police: Electrical works.
Scope: -
- Reactive repairs, responding to faults and breakdowns, this service is to be inclusive of an out-of-hours provision.
- Pro-active servicing of elements and systems, to a pre-determined priced schedule in order to ensure safe and efficient building use and minimise the need for reactive repairs.
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: 3000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As outlined in the SSQ
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.1.2)

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 per the documentation

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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:  07/10/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 18/10/2021
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)

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 of England and Wales
Royal Court of Justice, Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Alcatel / Standstill period will be built into the timetable