Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PSNI 2987026 TSC Mechanical and Electrical Planned and Reactive Maintenance Services PSNI Estate

  • First published: 31 July 2020
  • Last modified: 31 July 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Northern Ireland Policing Board
Authority ID:
AA54852
Publication date:
31 July 2020
Deadline date:
07 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The project is for the provision of mechanical and electrical planned and reactive maintenance services across the PSNI estate. Main categories of planned preventative maintenance work: electrical installations electrical testing UPS systems lifts air conditioning and ventilation boilers, associated equipment and miscellaneous mechanical systems.

Reactive maintenance

Small works orders may be issued for remedial works linked to a PPM visit or more commonly as a result of a Premises Officer contacting the contracting authority’s nominated helpdesk to request a maintenance repair.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Northern Ireland Policing Board

31 Clarendon Road

Belfast

BT1 3BG

UK

Contact person: ConstructInfo

Telephone: +44 2890816555

E-mail: Construct.Info@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=2987026


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=2987026


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=2987026


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

PSNI 2987026 TSC Mechanical and Electrical Planned and Reactive Maintenance Services PSNI Estate

II.1.2) Main CPV code

50710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The project is for the provision of mechanical and electrical planned and reactive maintenance services across the PSNI Estate. Main categories of planned preventative maintenance work: electrical installations electrical testing UPS systems lifts air conditioning and ventilation boilers, associated equipment and miscellaneous mechanical systems.

Reactive maintenance

Small works orders may be issued for remedial works linked to a PPM visit or more commonly as a result of a Premises Officer contacting the contracting authority’s nominated helpdesk to request a maintenance repair.

II.1.5) Estimated total value

Value excluding VAT: 22 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contract comprises of two lots (lot 1 and lot 2) and the geographical area of each lot is defined in the tender documents.

A single economic operator (EO) will be awarded only one of two lots (subject to the relaxations as set out in the Instructions to tenderers document). It is envisaged that two economic operators will be appointed.

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: North (inc Belfast)

II.2.2) Additional CPV code(s)

50711000

50712000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

Please see lots map within MOI Part B Annex 2.

II.2.4) Description of the procurement

The project is for the provision of mechanical and electrical planned and reactive maintenance services across the PSNI estate. Main categories of planned preventative maintenance work: electrical installations electrical testing UPS systems lifts air conditioning and ventilation boilers, associated equipment and miscellaneous mechanical systems.

Reactive maintenance

Small works orders may be issued for remedial works linked to a PPM visit or more commonly as a result of a Premises Officer contacting the contracting authority’s nominated helpdesk to request a maintenance repair.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

It is envisaged that the number of candidates per lot is 6 and an economic operator may be a candidate for both lots. In order to ensure security of supply an economic operator may tender for both lot 1 and lot 2 but can only be awarded one lot (subject to the relaxations as set out in the tender documentation). It is envisaged the same economic operator will not therefore be appointed for lot 1 and lot 2 (subject to the relaxations). The mechanism for awarding Lots is set out in the PQQ and instruction to tenderers documentation.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2 South

II.2.2) Additional CPV code(s)

50711000

50712000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

Please see lots map within MOI Part B Annex 2.

II.2.4) Description of the procurement

The project is for the provision of mechanical and electrical planned and reactive maintenance services across the PSNI estate. Main categories of planned preventative maintenance work: electrical installations electrical testing UPS systems lifts air conditioning and ventilation boilers, associated equipment and miscellaneous mechanical systems.

Reactive maintenance

Small works orders may be issued for remedial works linked to a PPM visit or more commonly as a result of a Premises Officer contacting the contracting authority’s nominated helpdesk to request a maintenance repair.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

It is envisaged that the number of candidates per lot is 6 and an economic operator may be a candidate for both lots. In order to ensure security of supply an economic operator may tender for both lot 1 and lot 2 but can only be awarded one Lot (subject to the relaxations as set out in the tender documentation). It is envisaged the same economic operator will not therefore be appointed for lot 1 and lot 2 (subject to the relaxations). The mechanism for awarding lots is set out in the PQQ and instruction to tenderers documentation.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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:

Please refer to the PQQ documents in particular MOI Part B.

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

The economic operators’ performance on this contract will be regularly monitored. As part of its contract management procedures, the contracting authority will use the protocol for managing poor supplier performance contained in procurement guidance note PGN 01/12 — contract management principles and procedures:. https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures

If an economic operator has received more than one current notice of written warning or a notice of unsatisfactory performance, the contracting authority, at its discretion, can consider an economic operator’s exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively. A list of bodies subject to Northern Ireland Public Procurement Policy can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-whichnipublicprocurement-policy-applies

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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: 07/09/2020

Local time: 15:00

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

Tender must be valid until: 06/12/2020

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Department of Finance, Construction Procurement Delivery Procurement Operations Branch

303 Airport Road West

Belfast

BT3 9ED

UK

E-mail: construct.info@finance-ni.gov.uk

VI.5) Date of dispatch of this notice

28/07/2020

Coding

Commodity categories

ID Title Parent category
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Construct.Info@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.