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