Tender

Mechanical & Electrical (Planned and Reactive maintenance services)

  • Cleveland Fire Authority

F02: Contract notice

Notice identifier: 2022/S 000-029071

Procurement identifier (OCID): ocds-h6vhtk-037600

Published 14 October 2022, 4:37pm



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

Email

lwoodall@clevelandfire.gov.uk

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