Contract

Electrical Maintenance, Servicing, Repairs and Small Works Services- CPA/SPU/2510

  • Police and Crime Commissioner for Cheshire

F03: Contract award notice

Notice identifier: 2025/S 000-020688

Procurement identifier (OCID): ocds-h6vhtk-04e3dd (view related notices)

Published 13 May 2025, 9:08am



Section one: Contracting authority

one.1) Name and addresses

Police and Crime Commissioner for Cheshire

Headquarters, Clemonds Hey, Oakmere Road

Winsford

CW7 2UA

Contact

Helen Elliott

Email

helen.elliott@cheshire.police.uk

Country

United Kingdom

NUTS code

UKD6 - Cheshire

Internet address(es)

Main address

www.cheshire.police.uk

Buyer's address

https://sell2.in-tend.co.uk/blpd/publictenders

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

Electrical Maintenance, Servicing, Repairs and Small Works Services- CPA/SPU/2510

Reference number

CPA/SPU/2510

two.1.2) Main CPV code

  • 50711000 - Repair and maintenance services of electrical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Contract Award Notice. The Police and Crime Commissioner for Cheshire (PCC) is inviting contractors to provide Electrical 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). The Contractor will be required to provide cyclical servicing, maintenance work, minor works and repairs which could be on a routine or call-out basis and ad-hoc new work/project work across electrical services including Fire Alarms, Emergency Lighting, Lightning Protection, Fixed Wire Testing, PA Testing, Gas Suppression, Fan Cleaning. The ad-hoc new work / project work jobs will not exceed £50k value per job, above this value will be subject to separate competition. 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 custody) and 4 hours (all other sites) for all emergency work

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,000,000

two.2) Description

two.2.3) Place of performance

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

Cheshire Constabulary and Cheshire Fire and Rescue operational areas

two.2.4) Description of the procurement

This is a Contract Award Notice. The Police and Crime Commissioner for Cheshire (PCC) is invited contractors to provide Electrical 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). The Contractor will be required to provide cyclical servicing, maintenance work, minor works and repairs which could be on a routine or call-out basis and ad-hoc new work/project work. The ad-hoc new work / project work jobs will not exceed £50k value per job. Any Electrical new/project works above £50k will be progressed outside of this contract and subject to separate competition. The PCC/CFA reserve the right to elect to procure ad-hoc/project works below £50k separately too, should the circumstances require that. 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 custody) and 4 hours (all other sites) for all emergency work. Any ad-hoc new work/jobs will be called off as and when required. Only 1 contractor will be appointed to undertake all the work required as part of this contract – this will include: Cyclical, planned and reactive maintenance including Fire Alarms, Emergency Lighting, Lightning Protection, Fixed Wire Testing, PA Testing, Gas Suppression, Fan Cleaning. Out of hours cover and ad-hoc new small works/project works up to £50k The PCC has considered the option to split this work into smaller Lots – but based on the responses to the tender last time when all bidders bid for all lots, and SME’s participated and indicated their ability to service the whole area, this is being tendered as a single lot. Additionally new/project works required over the previous 5 years only numbered two projects to be competed across a competitive lot, so a decision has been made to include provision for such works up to a £50k limit within the contract. 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. 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. Expressions of Interest (and access to the tender documents) was via the Bluelight e-Procurement Portal at https://sell2.in-tend.co.uk/blpd/publictenders Registration is FREE. The Sell2Bluelight portal is separate to any other Sell2/In-tend systems you may already access. Register for Free at: https://sell2.in-tend.co.uk/blpd/register. User guide available at: https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf The estimated maximum value of the contract should all options to extend be taken is £3m. Historical spend from the last 3 years ranges between £220k-£400k per annum across both organisations excluding capital works. The contract will cover all work specified and the volume/value of ad-hoc/new project works required over the term, so the value could vary from the estimate provided. There will be the option to extend option to extend the contract for a further periods of twenty-four [24] months in increments of not less than 6 months.

two.2.5) Award criteria

Quality criterion - Name: Quality & Social Value (sub-weightings in ITT) / Weighting: 50 % / Weighting: 50

Cost criterion - Name: Price (sub-weightings in ITT) / Weighting 50% / Weighting: 50

two.2.11) Information about options

Options: Yes

Description of options

There will be the option to extend option to extend the contract for a further periods of twenty-four [24] months in increments of not less than 6 months.

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 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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-005808


Section five. Award of contract

Contract No

CPA/SPU/2510

Title

Electrical Maintenance, Servicing, Repairs and Small Works Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2025

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

2. KDE Limited

Greenfields, Chester Road, Sutton Weaver, Cheshire.

Sutton Weaver

WA7 3EG

Email

enquiries@kde-ltd.co.uk

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
National registration number

Company Number 04675574

Internet address

https://www.kde-ltd.co.uk

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £3,000,000

Total value of the contract/lot: £3,000,000


Section six. Complementary information

six.3) Additional information

The estimated maximum value of the contract should all options to extend be taken is £3m. Historical spend from the last 3 years ranges between £220k-£400k per annum across both organisations excluding capital works. The contract will cover all work specified and the volume/value of ad-hoc/new project works required over the term, so the value could vary from the estimate provided. A Standstill Period was observed commencing on Tuesday 15th April and ended at midnight at the end of Friday 25th April 2025.

six.4) Procedures for review

six.4.1) Review body

High Court Manchester

Manchester

Country

United Kingdom