Opportunity

Security - Maintenance, Servicing, Repairs and Small Works Services

  • Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

F02: Contract notice

Notice reference: 2024/S 000-007340

Published 7 March 2024, 1:18pm



Section one: Contracting authority

one.1) Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

Headquarters, Clemonds Hey, Oakmere Road,

Winsford, Cheshire

CW7 2UA

Contact

Helen Elliott

Email

helen.elliott@cheshire.police.uk

Telephone

+44 1606362063

Country

United Kingdom

NUTS code

UKD6 - Cheshire

National registration number

N/A

Internet address(es)

Main address

http://www.cheshire.police.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132

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=79168&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=79168&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

Security - Maintenance, Servicing, Repairs and Small Works Services

Reference number

CPA/SPU/2272

two.1.2) Main CPV code

  • 50610000 - Repair and maintenance services of security equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The Police and Crime Commissioner for Cheshire (PCC) is inviting contractors to provide Security and CCTV related Services at both the PCC's and Cheshire Fire Authority (CFA’s) premises. (This excludes the Force Headquarters at Winsford, as this is subject to Facilities Management under a PFI Contract).

Contractors will be required to provide cyclical servicing, maintenance work, minor works, repairs which could be on a routine or call-out basis and ad-hoc new work.

The ad-hoc new work jobs will not exceed £50k value per job. Any ad-hoc new work/jobs will be called off as and when required.

The Contractor will be required to provide a 24/7/365(366) service and offer a reactive maintenance and repair service within 3 hours for all emergency work.

a) CCTV

b) Access Control Systems

c) Intruder Alarm Systems & Affray/Panic Alarms

d) Intercom Systems, Public Address Systems and Cell Call Systems

two.1.5) Estimated total value

Value excluding VAT: £650,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
Main site or place of performance

Cheshire Constabulary Policing Area/Cheshire Fire & Rescue area

two.2.4) Description of the procurement

The Police and Crime Commissioner for Cheshire (PCC) is inviting contractors to provide Security and CCTV related Services at both the PCC's and CFA’s premises. (This excludes the Force Headquarters at Winsford, as this is subject to Facilities Management under a PFI Contract).

Contractors will be required to provide cyclical servicing, maintenance work, minor works, repairs which could be on a routine or call-out basis and ad-hoc new work.

The ad-hoc new work jobs will not exceed £50k value per job. Any ad-hoc new work/jobs will be called off as and when required.

The value of Cyclical Servicing is estimated at around 30% with the remaining works making up 70% of the anticipated contract value. This is an estimate to allow bidders to assess the level of work required by the contract and is not be relied upon as the level of reactive works and new works/repairs can fluctuate and cannot be guaranteed. The estimated value of work across Police & Fire sites per annum is estimated at around £100k based on historical spend. Future requirements may mean that this value could increase due to changes in operating bases or equipment or decrease, no value of work is guaranteed. It is envisaged that the maximum contract value if all options to extend were taken would not exceed £650k.

The Contractor will be required to provide a 24/7/365(366) service and offer a reactive maintenance and repair service within 3 hours for all emergency work.

The work is identified in 4 groups as per below – the successful contractor will be required to provide all services whether directly or via an approved sub-contracted route. The awarded contractor will be responsible for all the service delivery and will need to ensure they have robust contract management/monitoring arrangements with any sub-contractors they use. The PCC/CFA will be contracting with the awarded prime contractor and will not be placing orders with any sub-contractors.

a) CCTV

b) Access Control Systems

c) Intruder Alarm Systems & Affray/Panic Alarms

d) Intercom Systems, Public Address Systems and Cell Call Systems

The Agreement is for an initial period from 1 May 2024 to 31 March 2027 . [There is also an option to extend the Agreement for a further period or periods of up to 24 months in total].

All work will be subject to Purchase Orders, which will be raised against separate finance systems for the PCC and CFA, invoicing will be to both organisations separately for their respective buildings.

Separate contracts will be awarded by the Police and Crime Commissioner for Cheshire (PCC) acting for itself and Cheshire Fire Authority (CFA). It is the intention to establish a contractual relationship with one Contractor, to deliver the requirements of this contract

Full details can be found within the Online ITT – which is constructed as an online questionnaire with supporting files in the document folder

two.2.5) Award criteria

Quality criterion - Name: Quality Evaluation Overall is 35% - sub criteria as set out below / Weighting: 35% Overall

Quality criterion - Name: EQ1 Evaluation Question 1 - Implementation and Management of the Contract / Weighting: 10%

Quality criterion - Name: EQ2 Evaluation Question 2 - Approach and Management of Cyclical Maintenance /Servicing Weighting / Weighting: 25%

Quality criterion - Name: EQ3 Evaluation Question 3 - Approach and Management of Reactive Works / Weighting: 25%

Quality criterion - Name: EQ4 Evaluation Question 4 - Approach and Management of Small Contract Works (up to £50k) / Weighting: 20%

Quality criterion - Name: EQ5 Evaluation Question 5 - Health & Safety on Cheshire Police and Cheshire Fire and Rescue Service sites / Weighting: 20%

Quality criterion - Name: EQ6 Evaluation Question 6 - Social Value (This is 10% of the overall ITT weighting) / Weighting: 10% Overall

Cost criterion - Name: Price Weighting is 55% Overall - sub weightings as set out below / Weighting: 55% Overall

Cost criterion - Name: PQ1 - Cyclical Service & Maintenance – Annex A / Weighting: 30%

Cost criterion - Name: PQ2 – Dayworks Labour Rate – Reactive; Repairs; New/Small Works / Weighting: 55%

Cost criterion - Name: PQ3 - Reactive/New Works – Materials & Plant / Weighting: 10%

Cost criterion - Name: PQ4 - Reactive/New Works – Sub-Contractors / Weighting: 5%

two.2.6) Estimated value

Value excluding VAT: £650,000

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

Start date

1 May 2024

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

The Agreement is for an initial period from 1 May 2024 to 31 March 2027 . There is an option to extend the Agreement for a further period or periods of up to 24 months in total

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

two.2.14) Additional information

Full details of the requirements are freely available via the Bluelight e-Tendering system at the links provided in this FaTS notice


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

As set out in the tender documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

As set out in the tender documents

Minimum level(s) of standards possibly required

As set out in the tender documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

As set out in the tender documents

Minimum level(s) of standards possibly required

As set out in the tender documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the tender documents

three.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 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

10 April 2024

Local time

11:00am

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

10 April 2024

Local time

11:00am

Place

Online Opening within the Bluelight e-Tendering System


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

Manchester

Country

United Kingdom