91ÃÛÌÒÊÓÆµ

Construction Tenders

06 May 2025

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 1

Status Active

Published 19th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e3dd
Common Procurement VocabularyRepair and maintenance services of electrical building installations
Procurement MethodOpen procedure
Value£3,000,000
« Previous Page

North West

Category Services

Type

No. of Lots 1

Status Active

Published 19th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e3dd
Common Procurement VocabularyRepair and maintenance services of electrical building installations
Procurement MethodOpen procedure
Value£3,000,000

Section I: Contracting authority

I.1) Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

Headquarters, Clemonds Hey, Oakmere Road

Winsford

CW7 2UA

Contact

Helen Elliott

Email

helen.elliott [at] cheshire.police.uk

Country

United Kingdom

NUTS code

UKD6 - Cheshire

Internet address(es)

Main address

Buyer's address

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

Tenders or requests to participate must be submitted to the above-mentioned 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

Electrical Maintenance, Servicing, Repairs and Small Works Services- CPA/SPU/2510

Reference number

CPA/SPU/2510

II.1.2) Main CPV code

  • 50711000 - Repair and maintenance services of electrical building installations

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 Electrical related services at both the PCC's and Cheshire Fire Authority (CFA’s premises. (This excludes the Force Headquarters at Winsford, as this is subject to Facilities Management under a PFI Contract). The Contractor will be required to provide cyclical servicing, maintenance work, minor works and repairs which could be on a routine or call-out basis and ad-hoc new work/project work across electrical services including Fire Alarms, Emergency Lighting, Lightning Protection, Fixed Wire Testing, PA Testing, Gas Suppression, Fan Cleaning. The ad-hoc new work / project work jobs will not exceed £50k value per job, above this value will be subject to separate competition. The Contractor will be required to provide a 24/7/365(366) service and offer a reactive maintenance and repair service within 3 hours (for custody) and 4 hours (all other sites) for all emergency work.

II.1.5) Estimated total value

Value excluding VAT: £3,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
Main site or place of performance

Cheshire Constabulary and Cheshire Fire and Rescue operational areas

II.2.4) Description of the procurement

The Police and Crime Commissioner for Cheshire (PCC) is inviting contractors to provide Electrical related services at both the PCC's and Cheshire Fire Authority (CFA’s premises. (This excludes the Force Headquarters at Winsford, as this is subject to Facilities Management under a PFI Contract). The Contractor will be required to provide cyclical servicing, maintenance work, minor works and repairs which could be on a routine or call-out basis and ad-hoc new work/project work. The ad-hoc new work / project work jobs will not exceed £50k value per job. Any Electrical new/project works above £50k will be progressed outside of this contract and subject to separate competition. The PCC/CFA reserve the right to elect to procure ad-hoc/project works below £50k separately too, should the circumstances require that.The Contractor will be required to provide a 24/7/365(366) service and offer a reactive maintenance and repair service within 3 hours (for custody) and 4 hours (all other sites) for all emergency work. Any ad-hoc new work/jobs will be called off as and when required. Only 1 contractor will be appointed to undertake all the work required as part of this contract – this will include: Cyclical, planned and reactive maintenance including Fire Alarms, Emergency Lighting, Lightning Protection, Fixed Wire Testing, PA Testing, Gas Suppression, Fan Cleaning. Out of hours cover and ad-hoc new small works/project works up to £50k The PCC has considered the option to split this work into smaller Lots – but based on the responses to the tender last time when all bidders bid for all lots, and SME’s participated and indicated their ability to service the whole area, this is being tendered as a single lot. Additionally new/project works required over the previous 5 years only numbered two projects to be competed across a competitive lot, so a decision has been made to include provision for such works up to a £50k limit within the contract.Separate contracts will be awarded by the Police and Crime Commissioner for Cheshire (PCC) acting for itself and Cheshire Fire Authority (CFA). It is the intention to establish a contractual relationship with one Contractor, to deliver the requirements of this contract. 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.Expressions of Interest (and access to the tender documents) is via the Bluelight e-Procurement Portal at Registration is FREE. The Sell2Bluelight portal is separate to any other Sell2/In-tend systems you may already access. Register for Free at: . User guide available at: estimated maximum value of the contract should all options to extend be taken is £3m. Historical spend from the last 3 years ranges between £220k-£400k per annum across both organisations excluding capital works. The contract will cover all work specified and the volume/value of ad-hoc/new project works required over the term, so the value could vary from the estimate provided.There will be the option to extend option to extend the contract for a further periods of twenty-four [24] months in increments of not less than 6 months.

II.2.5) Award criteria

Quality criterion - Name: Quality & Social Value (sub-weightings in ITT) / Weighting: 50 % / Weighting: 50

Cost criterion - Name: Price (sub-weightings in ITT) / Weighting 50% / Weighting: 50

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

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

There will be the option to extend option to extend the contract for a further periods of twenty-four [24] months in increments of not less than 6 months.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options

There will be the option to extend option to extend the contract for a further periods of twenty-four [24] months in increments of not less than 6 months.

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 tender documents

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the 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

25 March 2025

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

25 March 2025

Local time

12:00pm

Place

Online opening ceremony within e-procurement system


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.3) Additional information

Expressions of Interest (and access to the tender documents) is via the Bluelight e-Procurement Portal at Registration is FREE. The Sell2Bluelight portal is separate to any other Sell2/In-tend systems you may already access. Register for Free at: . User guide available at:

VI.4) Procedures for review

VI.4.1) Review body

High Court Manchester

Manchester

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

A standstill period will be observed