Opportunity

Reactive and Planned Maintenance - ELECTRICAL

  • Merseyside Police - Procurement Department

F02: Contract notice

Notice reference: 2021/S 000-022091

Published 6 September 2021, 7:08pm



Section one: Contracting authority

one.1) Name and addresses

Merseyside Police - Procurement Department

Police Headquarters, Canning Place

Liverpool

L1 8JX

Contact

Pauline Totton

Email

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=39480&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=39480&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 - ELECTRICAL

Reference number

PCC/PD/169

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

This opportunity is part of a wider model to renew the current maintenance framework. The other services available are Building 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. A single company is to be selected to provide maintenance services for the following, which will be managed by the Corporate Assets Department of Merseyside Police: Electrical works.

Scope: -

- Reactive repairs, responding to faults and breakdowns, this service is to be inclusive of an out-of-hours provision.

- Pro-active servicing of elements and systems, to a pre-determined priced schedule in order to ensure safe and efficient building use and minimise the need for reactive repairs.

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)

  • 50000000 - Repair and maintenance services
  • 50711000 - Repair and maintenance services of electrical 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

This opportunity is part of a wider model to renew the current maintenance framework. The other services available are Building 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. A single company is to be selected to provide maintenance services for the following, which will be managed by the Corporate Assets Department of Merseyside Police: Electrical works.

Scope: -

- Reactive repairs, responding to faults and breakdowns, this service is to be inclusive of an out-of-hours provision.

- Pro-active servicing of elements and systems, to a pre-determined priced schedule in order to ensure safe and efficient building use and minimise the need for reactive repairs.

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:

As outlined in the SSQ

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

AS per the documentation


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 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Alcatel / Standstill period will be built into the timetable