Construction Contract Leads
North West
Category Services
Type
No. of Lots 1
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e3dd |
Common Procurement Vocabulary | Repair and maintenance services of electrical building installations |
Procurement Method | Open procedure |
Value | £3,000,000 |
North West
Category Services
Type
No. of Lots 1
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e3dd |
Common Procurement Vocabulary | Repair and maintenance services of electrical building installations |
Procurement Method | Open 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
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