Contract

Security - Maintenance, Servicing, Repairs and Small Works Services

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

F03: Contract award notice

Notice identifier: 2024/S 000-027974

Procurement identifier (OCID): ocds-h6vhtk-04465e

Published 2 September 2024, 3:49pm



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

Region 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.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

This is a Contract Award Notice

The Police and Crime Commissioner for Cheshire (PCC) invited 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.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £650,000

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

This is a Contract Award Notice

The Police and Crime Commissioner for Cheshire (PCC) invited 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 September 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. Contract References: CPA/SPU/2272P (police) and CPA/SPU/2272F (fire)

Full details were available within the Online ITT – which was constructed as an online questionnaire with supporting files in the document folder on Bluelight.

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.2.11) Information about options

Options: Yes

Description of options

There is an option to extend for a period(s) up to 24 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

two.2.14) Additional information

The details of the requirements were freely available via the Bluelight e-Tendering system at the links provided in the FaTS Contract Notice


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: 2024/S 000-007340


Section five. Award of contract

Contract No

1

Title

Security - 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

28 August 2024

five.2.2) Information about tenders

Number of tenders received: 20

Number of tenders received from SMEs: 15

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

Number of tenders received from tenderers from non-EU Member States: 20

Number of tenders received by electronic means: 20

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

five.2.3) Name and address of the contractor

KDE Ltd

Greenfields, Chester Road

Sutton Weaver

WA7 3EG

Email

lloyd.darlington@kde-ltd.co.uk

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
National registration number

4675574

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: £650,000

Total value of the contract/lot: £650,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

Manchester

Country

United Kingdom