Tender

Mechanical & Electrical Reactive Maintenance and PPM

  • 7 Forces Commercial Services

F02: Contract notice

Notice identifier: 2022/S 000-005981

Procurement identifier (OCID): ocds-h6vhtk-031df6

Published 4 March 2022, 9:39am



Section one: Contracting authority

one.1) Name and addresses

7 Forces Commercial Services

Police Headquarters, Martlesham Heath

Ipswich

IP5 3QS

Contact

Laura Footner

Email

laura.footner@herts.pnn.police.uk

Telephone

+44 01438757993

Country

United Kingdom

NUTS code

UKH2 - Bedfordshire and Hertfordshire

National registration number

N/A

Internet address(es)

Main address

http://www.suffolk.police.uk

one.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=44335&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44335&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Mechanical & Electrical Reactive Maintenance and PPM

Reference number

7F-2021-P082

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Hertfordshire Constabulary require mechanical and electrical maintenance, minor works and servicing, including options for specialist maintenance as follows: Fire Alarm and Suppression System Maintenance, Generator Maintenance, Pressurised Vessels & Systems Maintenance, Chilled Water Systems Maintenance, Air Conditioning Maintenance, Portable Appliance Testing, Intruder Alarms, and Lift Maintenance.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH - East of England

two.2.4) Description of the procurement

Hertfordshire Constabulary require mechanical and electrical maintenance, minor works and servicing, including options for specialist maintenance as follows: Fire Alarm and Suppression System Maintenance, Generator Maintenance, Pressurised Vessels & Systems Maintenance, Chilled Water Systems Maintenance, Air Conditioning Maintenance, Portable Appliance Testing, Intruder Alarms, and Lift Maintenance.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Extensions of 2 x 12 month periods

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 as stated in the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 April 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 April 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

PDRS

BiP Solutions, Medius 60, Pacific Way

Glasgow

G51 1DZ

Telephone

+44 8452707055

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

7F Commercial Services

Ipswich

Country

United Kingdom