Section one: Contracting authority
one.1) Name and addresses
Cleveland Fire Authority
Training & Administration Hub, Queens Meadow Business Park
Hartlepool
TS25 5TH
Contact
Lee Woodall
Telephone
+44 1429872311
Country
United Kingdom
Region code
UKC - North East (England)
National registration number
this is not applicable
Internet address(es)
Main address
http://www.clevelandfire.gov.uk
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/85799
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=53873&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=53873&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Mechanical & Electrical (Planned and Reactive maintenance services)
Reference number
S&P145/2022
two.1.2) Main CPV code
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.1.3) Type of contract
Services
two.1.4) Short description
It is envisaged that a single Contractor shall be responsible for the planned preventative and reactive maintenance of Mechanical and Electrical installations throughout the CFA Estate.
The form of contract shall be the JCT (MTC) Measured Term Contract 2016 issued by the Joint Contracts Tribunal – to which document(s) the Tenderer is referred.
The full technical specification of requirements will be included within the full tender package, however the below provides a very brief overview of the contract requirements.
The Cyclical Maintenance for the Electrical Engineering Services Installations shall be applicable to:-
two.1.5) Estimated total value
Value excluding VAT: £450,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 50711000 - Repair and maintenance services of electrical building installations
- 51100000 - Installation services of electrical and mechanical equipment
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKC1 - Tees Valley and Durham
- UK - United Kingdom
two.2.4) Description of the procurement
It is envisaged that a single Contractor shall be responsible for the planned preventative and reactive maintenance of Mechanical and Electrical installations throughout the CFA Estate.
The form of contract shall be the JCT (MTC) Measured Term Contract 2016 issued by the Joint Contracts Tribunal – to which document(s) the Tenderer is referred.
The full technical specification of requirements will be included within the full tender package, however the below provides a very brief overview of the contract requirements.
The Cyclical Maintenance for the Electrical Engineering Services Installations shall be applicable to:-
i) Distribution Systems
ii) General Lighting Systems
iii) General Power Systems
iv) General Protective Earthing Systems
v) Secondary Lighting Systems
vi) Automatic Doors/Gates/Barriers
vii) Call Affray and Induction Loop Systems
The Cyclical Maintenance for the Mechanical Engineering Services Installations shall be applicable to:-
i) Low Pressure Hot Water Heating Installation
ii) Domestic Hot Water Installations
iii) Mains and Tank Served Cold Water Installations
iv) Natural Gas Installations
v) Mechanical Supply and Extract Air Ventilation Installations
vi) Compressed Air Installations
vii) Oil Supply/Storage Installations
viii) Automatic Controls Installations
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: £450,000
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.2.10) 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.1.5) Information about reserved contract
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons
three.2) Conditions related to the contract
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 December 2022
Local time
12:00pm
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
Tender must be valid until: 31 March 2023
four.2.7) Conditions for opening of tenders
Date
2 December 2022
Local time
12:00pm
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
Legal and Monitoring officer
Endeavour House
Hartlepool
Ts25 5TH
Country
United Kingdom