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
helen.elliott@cheshire.police.uk
Telephone
+44 1606362063
Country
United Kingdom
Region code
UKD6 - Cheshire
National registration number
N/A
Internet address(es)
Main address
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