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

Sussex & Surrey Police — Responsive Repairs, Planned Maintenance and Minor Works.

  • First published: 16 January 2016
  • Last modified: 16 January 2016
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Police & Crime Commissioner for Sussex
Authority ID:
AA30871
Publication date:
16 January 2016
Deadline date:
15 February 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
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 authority

Sussex & Surrey Police — Responsive Repairs, Planned Maintenance and Minor Works.

II.1.2(a))

Type of works contract

Unchecked box Unchecked box
Checked box

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
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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
45000000
45261900
50711000
50710000
50720000
90650000
50000000
50700000
79512000
50712000
50531200
51110000
42416100
42418220
45312310
45312311
31216100
31216200
45232430
50531100
45312100
50610000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Unchecked box Checked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total 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.

30 000 00052 000 000
GBP

II.2.2)

Options

Following 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 options

1825

Number of possible renewals

13

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

96

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
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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

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
Unchecked box
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

Checked box    

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 dates

96

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 dates

96

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.


Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45210000 Building construction work Works for complete or part construction and civil engineering work
79512000 Call centre Telephone-answering services
42418220 Chairlifts Lifting, handling, loading or unloading machinery
45000000 Construction work Construction and Real Estate
45312100 Fire-alarm system installation work Alarm system and antenna installation work
50531200 Gas appliance maintenance services Repair and maintenance services for non-electrical machinery
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways
31216200 Lightning conductors Lightning arrestors
45312311 Lightning-conductor installation work Alarm system and antenna installation work
31216100 Lightning-protection equipment Lightning arrestors
45312310 Lightning-protection works Alarm system and antenna installation work
50000000 Repair and maintenance services Other Services
50531100 Repair and maintenance services of boilers Repair and maintenance services for non-electrical machinery
50700000 Repair and maintenance services of building installations Repair and maintenance services
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
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
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings
45232430 Water-treatment work Ancillary works for pipelines and cables

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:
tenders@cameron-consulting.co.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.