Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road, Cheshire
Winsford
CW7 2UA
UK
Contact person: Sandra Sumner
Telephone: +44 1606366838
E-mail: sandra.sumner@cheshire.pnn.police.uk
NUTS: UKD6
Internet address(es)
Main address: http://www.cheshire.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132
I.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=32042&B=BLUELIGHT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=32042&B=BLUELIGHT
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of a Support and Maintenance Service for Air Conditioning and Ventilation Equipment
Reference number: CPA/ SPU/1237
II.1.2) Main CPV code
42500000
II.1.3) Type of contract
Services
II.1.4) Short description
The Police and Crime Commissioner for Cheshire (PCC) is inviting contractors to provide the servicing and maintenance of air conditioning and ventilation equipment at both the PCC's and Cheshire Fire Authority (CFA’s) premises. This excludes the Force HQ in Winsford, as it is subject to facilities management under a PFI contract. The contract will comprise of routine annual servicing, maintenance and repairs of all air conditioning units and ventilation fans to ensure operational reliability and efficiency. Contractors are required to provide routine annual servicing of air conditioning units and ventilation fans during a normal working day, call-out and emergency maintenance on a 24/7/365 (366) service per year basis and repairs and replacement works as instructed by estates and facilities.
Contractors should be able to offer a reactive maintenance and repair service within 24 hrs for all emergency work. All work will be subject to purchase orders raised separately for the PCC and CFA.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
39717200
42512000
45331000
45331200
71315410
II.2.3) Place of performance
NUTS code:
UKD6
Main site or place of performance:
Cheshire Constabulary and Cheshire Fire and Rescue Areas.
II.2.4) Description of the procurement
The Police and Crime Commissioner for Cheshire (PCC) is inviting successful contractors to provide the servicing and maintenance of air conditioning and ventilation equipment at both the PCC's and CFA’s premises. (This excludes the Force Headquarters in Winsford, as this is subject to facilities management under a PFI contract). The contract will comprise of routine annual servicing, maintenance and repairs of all air conditioning units and ventilation fans to ensure operational reliability and efficiency which are to be carried out in accordance with agreed procedures which will be defined in the ITT.
Contractors will be required to provide routine annual servicing of air conditioning units and ventilation fans during a normal working day, call-out and emergency maintenance on a 24/7/365 (366) service per year basis and repairs and replacement works as instructed by estates and facilities.
Contractors should be able to offer a reactive maintenance and repair service within 24 hrs response on site for all emergency work. 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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality (subweightings in online ITT)
/ Weighting: 50 %
Price
/ Weighting:
50 %
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2020
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The proposed duration of the contract will be from 1.5.2020 until 31.3.2023 with the option to extend the contract for a further 2 periods of 12 months. Maximum contract end date of 31.3.2025.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
There will be the option to extend the contract for a further 2 periods of 12 months. Maximum contract end date of 31.3.2025.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As set out in the tender documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the online tender documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/03/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
13/03/2020
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
07/02/2020