Contract notice

Information

Published

Expire date: 02/12/2022

External Reference: 2022-592474

FTS Reference: 2022-029071

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Cleveland Fire Authority
this is not applicable
Training & Administration Hub, Queens Meadow Business Park
Hartlepool
TS25 5TH
UK
Contact person: Lee Woodall
Telephone: +44 1429872311
NUTS code:  UKC -  NORTH EAST (ENGLAND)
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=53873&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

Regional or local authority
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Mechanical & Electrical (Planned and Reactive maintenance services)
Reference number:  S&P145/2022
II.1.2)

Main CPV code

50710000  -  Repair and maintenance services of electrical and mechanical building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

It is envisaged that a single Contractor shall be responsible for the planned preventative and reactive maintenance of Mechanical and Electrical installations throughout the CFA Estate.
The form of contract shall be the JCT (MTC) Measured Term Contract 2016 issued by the Joint Contracts Tribunal – to which document(s) the Tenderer is referred.
The full technical specification of requirements will be included within the full tender package, however the below provides a very brief overview of the contract requirements.
The Cyclical Maintenance for the Electrical Engineering Services Installations shall be applicable to:-
II.1.5)

Estimated total value

Value excluding VAT: 450000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50532400  -  Repair and maintenance services of electrical distribution equipment
50711000  -  Repair and maintenance services of electrical building installations
51100000  -  Installation services of electrical and mechanical equipment
71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

NUTS code:  UKC1 -  Tees Valley and Durham
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

It is envisaged that a single Contractor shall be responsible for the planned preventative and reactive maintenance of Mechanical and Electrical installations throughout the CFA Estate.
The form of contract shall be the JCT (MTC) Measured Term Contract 2016 issued by the Joint Contracts Tribunal – to which document(s) the Tenderer is referred.
The full technical specification of requirements will be included within the full tender package, however the below provides a very brief overview of the contract requirements.
The Cyclical Maintenance for the Electrical Engineering Services Installations shall be applicable to:-
i) Distribution Systems
ii) General Lighting Systems
iii) General Power Systems
iv) General Protective Earthing Systems
v) Secondary Lighting Systems
vi) Automatic Doors/Gates/Barriers
vii) Call Affray and Induction Loop Systems
The Cyclical Maintenance for the Mechanical Engineering Services Installations shall be applicable to:-
i) Low Pressure Hot Water Heating Installation
ii) Domestic Hot Water Installations
iii) Mains and Tank Served Cold Water Installations
iv) Natural Gas Installations
v) Mechanical Supply and Extract Air Ventilation Installations
vi) Compressed Air Installations
vii) Oil Supply/Storage Installations
viii) Automatic Controls Installations
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: 450000.00  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.2.10)

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.1.5)

Information about reserved contracts

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons
III.2)

Conditions related to the contract

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.1.8)

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:  02/12/2022
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

Tender must be valid until:  31/03/2023
IV.2.7)

Conditions for opening of tenders

Date:  02/12/2022
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Legal and Monitoring officer
Endeavour House
Hartlepool
Ts25 5TH
UK