Section one: Contracting authority
one.1) Name and addresses
Staffordshire County Council
Tipping Street
STAFFORD
ST162DH
Contact
Michelle Davies
michelle.davies@staffordshire.gov.uk
Telephone
+44 1785277116
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.staffordshire.gov.uk/Homepage.aspx
Buyer's address
https://supplierlive.proactisp2p.com
one.1) Name and addresses
Cannock Chase District Council
28 Beecroft Road
Cannock
WS11 1BG
michelle.davies@staffordshire.gov.uk
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.cannockchasedc.gov.uk/
Buyer's address
https://supplierlive.proactisp2p.com
one.1) Name and addresses
South Staffordshire District Council
Wolverhampton Road, Codsall
South Staffordshire
WV8 1PX
michelle.davies@staffordshire.gov.uk
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com
one.1) Name and addresses
Stafford Borough Council
Riverside, Civic Centre
Stafford
ST16 3AQ
michelle.davies@staffordshire.gov.uk
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.staffordbc.gov.uk/
Buyer's address
https://supplierlive.proactisp2p.com
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for the Provision of Servicing and Maintenance of Controlled Access Equipment
Reference number
IA2878
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 service only contract is for the biannual planned preventative and the responsive maintenance of controlled access equipment including automatic doors, roller shutters, bay doors, sliding gates and car park barriers.
The tender shall be for the provision of all labour, specified materials, transport and overheads for maintaining the equipment included within the scope of this specification in the establishments detailed in the Pricing Matrix and any others added in accordance with the terms below.
All maintenance shall be in accordance with the relevant manufacturer's instructions, British Standards and Codes of Practice, and the current Health and Safety Legislation and include the additional requirements of this contract where applicable.
Responsive Maintenance
A working hours callout facility is required to deliver responsive maintenance activities as described later in this document with a 4-hour response limit deliverable 24/7.
Please note this is a Single Supplier Framework.
two.1.5) Estimated total value
Value excluding VAT: £755,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Staffordshire
two.2.4) Description of the procurement
Suppliers should set up a profile on Proactis by completing their company details first. Then registering their interest to this specific tender opportunity by searching under reference IA2878.
Any questions regarding this opportunity should go through the 'message function'.
Please do not contact the Buyer direct.
Please note the above value includes the service element, any potential remedial works, costs of replacement parts not covered in the service cost and flexibility to add additional properties over the 4 years.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £755,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
7 March 2023
End date
6 February 2027
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: Yes
Description of options
Options to extend for a further 2 x 12 month to the 6 March 2026 and 6 March 2027
two.2.14) Additional information
Please note Stafford Borough Council, Cannock Chase District and South Staffordshire Council are not responsible for this procedure, they are a named organisation who may call off from the Framework
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
List and brief description of selection criteria
Staffordshire County Council require its successful Supplier to have ongoing 3rd party accreditations which meet the following requirements during the term of the Framework:
To have a compliant Health & Safety accreditation performed by a Safety Schemes in Procurement ('SSIP'). For more information refer to the link https://ssip.org.uk/members/#
Valid and compliant member of an independent pre-qualification accrediting body. For example, Constructionline (accredited to a minimum membership level of 'SILVER') or other equivalent bodies, offer such a service.
Note 1 - the accrediting bodies must allow for annual refreshes/vetting of the Supplier in the areas above
Note 2 - where brand names are mentioned, the Authority will consider equivalents
Note 3 - evidence of the above accreditations MUST be provided to the Authority by successful Supplier prior to Contract Award
PAS91 C4: Health and safety: policy and capability or provide an exemption (details provided in the Questionnaire).
Suppliers are required to make sure trained members of staff meet the competency requirements detailed in points below:
All personnel must evidence successful completion of a City and Guilds Electrical qualification.
All personnel must evidence successful completion of at least two of the following qualifications:
NVQ Door Systems Level 2
NVQ Engineering Production Level 3
NVQ Gate and Barrier Level 2
All personnel must evidence training for working at heights within the past 5 years.
Any personnel operating specific access equipment must evidence training for that type of equipment- such as ladders, scaffold towers, MEWP's or any other specialist access equipment- within 5 the past years years.
All personnel must have undertaken asbestos awareness training within the past 12 months accredited by UKATA, IATP or equivalent.
Any personnel utilised on this contract must have an Enhanced DBS check
PLEASE REFER TO THE PROCUREMENT DOCUMENTATION FOR MORE DETAIL
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.2) Time limit for receipt of tenders or requests to participate
Date
9 January 2023
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 January 2023
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Staffordshire County Council
Staffordshire Place 1, Tipping Street
Stafford
ST16 2DH
Country
United Kingdom