Section one: Contracting authority
one.1) Name and addresses
Merseyside Police - Procurement Department
Police Headquarters, Canning Place
Liverpool
L1 8JX
Contact
Pauline Totton
pauline.totton@merseyside.pnn.police.uk
Telephone
+44 1517771926
Country
United Kingdom
NUTS code
UKD7 - Merseyside
National registration number
N/A
Internet address(es)
Main address
http://www.merseyside.police.uk
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/32215
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=39453&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=39453&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
Reactive and Planned Maintenance Services - BUILDING
Reference number
PCC/PD/167
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
A single company is to be selected to provide maintenance services, which will be managed by the Corporate Assets Department of Merseyside Police: -
- Building works.
Scope: -
- Reactive repairs, responding to faults and breakdowns, this service is to be inclusive of an out-of-hours provision.
Merseyside Police are currently progressing an Estate Strategy program, rationalising its properties to better suit modern policing requirements. The service required of this contract will include new build and refurbished buildings, as well as long-standing existing buildings.
This opportunity is part of a wider model to renew the current maintenance framework. The other services available are Electrical Maintenance and Mechanical Maintenance. (See Bluelight for further details) NOTE: In order for the Force to maintain an element of resilience in the event of service failure, the maximum any interested party can be awarded is two out of these three available contracts
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71315000 - Building services
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
Main site or place of performance
Merseyside
two.2.4) Description of the procurement
A single company is to be selected to provide maintenance services, which will be managed by the Corporate Assets Department of Merseyside Police: -
- Building works.
Scope: -
- Reactive repairs, responding to faults and breakdowns, this service is to be inclusive of an out-of-hours provision.
Merseyside Police are currently progressing an Estate Strategy program, rationalising its properties to better suit modern policing requirements. The service required of this contract will include new build and refurbished buildings, as well as long-standing existing buildings.
This opportunity is part of a wider model to renew the current maintenance framework. The other services available are Electrical Maintenance and Mechanical Maintenance. (See Bluelight for further details) NOTE: In order for the Force to maintain an element of resilience in the event of service failure, the maximum any interested party can be awarded is two out of these three available contracts
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Outlined in Documentation
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 October 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 October 2021
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: 3 (from the date stated for receipt of tender)
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 of England and Wales
Royal Court of Justice, Strand,
London
WC2A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Alcatel Period Built in to timescales