CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Police and Crime Commissioner for Sussex |
Sussex Police Headquarters, Malling House, Church Lane |
Lewes |
BN7 2DZ |
UK |
Cameron Consulting (as agents for the Authority)
|
+44 1732600500 |
tenders@cameron-consulting.co.uk |
|
https://www.delta-esourcing.com
https://www.delta-esourcing.com
|
|
|
|
![Checked box](/images/tick_on_gbr.gif)
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Checked box](/images/tick_on_gbr.gif)
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Checked box](/images/tick_on_gbr.gif)
![Unchecked box](/images/tick_off_gbr.gif) |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Checked box](/images/tick_on_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
|
![Checked box](/images/tick_on_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Checked box](/images/tick_on_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
|
|
|
Yes Police and Crime Commissioner for Surrey
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authoritySussex & Surrey Police — Responsive Repairs, Planned Maintenance and Minor Works. |
II.1.2(a))
|
Type of works contract
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Checked box](/images/tick_on_gbr.gif) |
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
UKJ2 |
II.1.3)
|
This notice involves
|
![Checked box](/images/tick_on_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Building construction work. Construction work. Roof repair and maintenance work. Repair and maintenance services of electrical building installations. Repair and maintenance services of electrical and mechanical building installations. Repair and maintenance services of central heating. Asbestos removal services. Repair and maintenance services. Repair and maintenance services of building installations. Call centre. Repair and maintenance services of mechanical building installations. Gas appliance maintenance services. Installation services of electrical equipment. Lifts. Chairlifts. Lightning-protection works. Lightning-conductor installation work. Lightning-protection equipment. Lightning conductors. Water-treatment work. Repair and maintenance services of boilers. Fire-alarm system installation work. Repair and maintenance services of security equipment. Through a joint procurement exercise, Sussex and Surrey police are seeking to establish contracts with up to two Service Providers to deliver all of the required services, which can broadly be defined as:-
1. Day to day responsive repairs and maintenance to building fabric; 2. Servicing and maintenance of building services installations (including lifts, security systems, fire alarms and access controls; 3. Cyclical planned maintenance; 4. Minor works up to 100 000 GBP in value. Lot 1 will cover items 1-3 and Lot 2 will cover item 4.
This procurement is being carried out in 2 distinct lots (see Annex B), full details of which are set out within the Invitation to Tender (ITT) and associated documentation.
It should be noted that Works and Services in the Surrey region in relation to Lot 1 will have a deferred start date of 1.9.2017, approximately 15 months after the award of Contract within the Sussex region. Works and services in Lot 2 will be required in both Surrey and Sussex areas from the date of commencement of the Term Contract.
Applicants should note that they MUST bid for both lots. Applicants may be successful in one or both lots. The award criteria is set out in the ITT.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA)![Checked box](/images/tick_on_gbr.gif) |
II.1.8)
|
Division into lots Yes
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Checked box](/images/tick_on_gbr.gif) |
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe total estimated value of works for the entire maximum duration (8 years) and across both ‘Lots’ is between 30 000 000 GBP and 52 000 000 GBP. |
|
30 000 00052 000 000 GBP |
II.2.2)
|
OptionsFollowing the initial contract term (60 months), the client reserves the right to renew the contract in 12 month extensions or multiples thereof to a maximum of 96 months. |
|
Provisional timetable for recourse to these options1825 |
|
Number of possible renewals13 |
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion96 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
A Parent Company Guarantee and/or Performance Bond may be required by the Authority, the details of which are set out in the Invitation to Tender.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
The terms of payment are set out in the Invitation to Tender (ITT),
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
Expressions of interest in response to this contract notice may only be submitted by a single bidder in the role of Prime Contractor. Whilst it is acknowledged that several organisations may need to collaborate to provide all of the required services, the Authority will require a single contractor to take primary liability or to require that each party undertakes joint and several liabilities. The Authority will not accept consortia bids.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
The selected Provider will be required to perform the services to the required standards set out in the Invitation to Tender (ITT). Under the contract the Contractor and their supply chain will be required to participate in the achievement of relevant social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly, the contract performance conditions may relate in particular to social and environmental considerations to be detailed in the contract documents.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
|
III.2.2)
|
Economic and financial capacity
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
You will also be required to comply with the pass/fail elements as set out in the Supplier Suitability Questionnaire (SSQ) element of this process. The
requirements of the SSQ fully align with Cabinet Office requirements. You are not required to provide evidence at this stage, but in the event that you are successful in being awarded a contract, you will be required to provide all of the certification (and any other evidence) requested. Failure to be able to do this on demand will lead to your tender subsequently being rejected and the next highest scoring tenderer being awarded the contract in line with the criteria set out within the evaluation methodology.
Please refer to the ITT for further information.
|
III.2.3)
|
Technical capacity
Please note, in the event that you propose to sub-contract any aspect of these works, you are required to state the percentage you intend to sub-contract and list the names of those subcontractors. This is a reporting requirement and is requested in line with Regulation 86. The request is set out in the Invitation To Tender and is described as information only. However, please note failure to disclose this information correctly may lead to your tender later being rejected.
Please refer to the ITT for further information.
|
III.2.4)
|
Reserved contracts
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
![Checked box](/images/tick_on_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
![Unchecked box](/images/tick_off_gbr.gif) |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
T10268
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
![Checked box](/images/tick_on_gbr.gif) |
|
![Unchecked box](/images/tick_off_gbr.gif) |
2015/S 198-358480 13-10-2015
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 12-02-2016
13:00
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 15-02-2016
13:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
Officers of the Authority and the appointed Consultant.
|
|
19-2-2016
14:00
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Lewes:-Building-construction-work./4G5G3729RF
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4G5G3729RF
GO Reference: GO-2016114-PRO-7577151.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Royal Courts of Justice |
The Strand |
London |
WC2A 2LL |
UK |
|
+44 2079476000 |
www.hmcourtservice.gov.uk |
|
|
|
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR) |
70 Fleet Street |
London |
EC4Y 1EU |
UK |
info@cedr.com |
+44 2075366000 |
www.cedr.com |
|
|
VI.4.2)
|
Lodging of appeals
An ‘Award Decision Notice’ (‘Regulation 86 notice’) will be issued to all tenderers (aside from those who have already been definitively excluded) will be sent to all tenderers including all required information relating to debrief information. This notice will commence the 10 day standstill period and will provide the deadline for lodging of appeals by way of stating when the standstill period will expire and the anticipated date from which a contract can be entered into.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Cabinet Office |
70 Whitehall |
London |
SW1A 2AS |
UK |
|
+44 2072761234 |
www.cabinetoffice.gov.uk |
|
|
VI.5)
|
Dispatch date of this Notice 14-01-2016 |
|
ANNEX B
Information About Lots
|
1
Lot 1 — Responsive Repairs and Planned Preventative Maintenance (PPM) |
1)
|
Short Description
Day to day responsive repairs and maintenance to building fabric; Servicing and maintenance of building services installations (including lifts, security systems, fire alarms and access controls).
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
3)
|
Quantity or scope
The total estimated value of works for the entire maximum duration (8 years) and across both ‘Lots’ is between 30 000 000 GBP and 52 000 000 GBP. Lot 1 is anticipated to be between 24 000 000 GBP and 40 000 000 GBP over the 8 year period (5 year initial term and potential 3 year extension).
24 000 00040 000 000
GBP.
|
4)
|
Indication about different contract dates96 |
5)
|
Additional Information about lots
Works and Services in the Surrey region will have a deferred start date of 1.9.2017, approximately 15 months after the award of Contract within the Sussex region. Applicants are advised that they are required to tender for both lots. Please refer to Invitation to tender (ITT) and other associated documentation for further information.
|
ANNEX B
Information About Lots
|
2
Lot 2 — Minor works and individual projects |
1)
|
Short Description
Cyclical planned maintenance; Minor works up to 100 000 GBP in value.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
3)
|
Quantity or scope
The total estimated value of works for the entire maximum duration (8 years) and across both ‘Lots’ is between 30 000 000 GBP and 52 000 000 GBP. Lot 2 is anticipated to be between 6 000 000 GBP and 12 000 000 GBP over the 8 year period (5 year initial term and potential 3 year extension).
6 000 00012 000 000
GBP.
|
4)
|
Indication about different contract dates96 |
5)
|
Additional Information about lots
Applicants are advised that they are required to tender for both lots. Please refer to Invitation to tender (ITT) and other associated documentation for further information.
|
|