Cameron Consulting: Sussex & Surrey Police - Responsive Repairs, Planned Maintenance and Minor Works

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Sussex & Surrey Police - Responsive Repairs, Planned Maintenance and Minor Works
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Works
Procedure: Open
Short Description: 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 £100k 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 September 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.
Published: 14/01/2016 16:16
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Lewes: Building construction work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Police and Crime Commissioner for Sussex
      Sussex Police Headquarters,, Malling House,, Church Lane,, Lewes, BN7 2DZ, United Kingdom
      Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
      Contact: Cameron Consulting (as agents for the Authority)
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      General Public Services
      Public Order and Safety

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: WORKS
   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)Type of contract and location of works, place of delivery or of performance: WORKS
         Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities

         Region Codes: UKJ2 - Surrey, East and West Sussex         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      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 £100k 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 September 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:
         45210000 - Building construction work.
         
         45000000 - Construction work.
         
         45261900 - Roof repair and maintenance work.
         
         50711000 - Repair and maintenance services of electrical building installations.
         
         50710000 - Repair and maintenance services of electrical and mechanical building installations.
         
         50720000 - Repair and maintenance services of central heating.
         
         90650000 - Asbestos removal services.
         
         50000000 - Repair and maintenance services.
         
         50700000 - Repair and maintenance services of building installations.
         
         79512000 - Call centre.
         
         50712000 - Repair and maintenance services of mechanical building installations.
         
         50531200 - Gas appliance maintenance services.
         
         51110000 - Installation services of electrical equipment.
         
         42416100 - Lifts.
         
         42418220 - Chairlifts.
         
         45312310 - Lightning-protection works.
         
         45312311 - Lightning-conductor installation work.
         
         31216100 - Lightning-protection equipment.
         
         31216200 - Lightning conductors.
         
         45232430 - Water-treatment work.
         
         50531100 - Repair and maintenance services of boilers.
         
         45312100 - Fire-alarm system installation work.
         
         50610000 - Repair and maintenance services of security equipment.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: All lots

      II.1.9)Information about variants:
         Variants will 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 30000000GBP and 52000000GBP.                  
         Estimated value excluding VAT:
         Range between: 30,000,000 and 52,000,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these 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.       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in days: 1825 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                           Number of possible renewals: Range between: 1 to 3                   
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 96 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: 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:
         45210000 - Building construction work.
         
      3)Quantity Or Scope:      
      The total estimated value of works for the entire maximum duration (8 years) and across both "Lots" is between 30,000,000GBP and 52,000,000GBP. Lot 1 is anticipated to be between 24,000,000GBP and 40,000,000GBP over the 8 year period (5 year initial term and potential 3 year extension)               
         Value range between: 24,000,000 and 40,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 96
                                          
                  
         5)Additional Information About Lots:         
            Works and Services in the Surrey region will have a deferred start date of 1 September 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.      
      Lot No: 2
      Title: Lot 2 - Minor works & individual projects

      1)Short Description:      
      Cyclical planned maintenance; Minor works up to 100,000GBP in value.

      2)Common Procurement Vocabulary:
         45210000 - Building construction work.
         
      3)Quantity Or Scope:      
      The total estimated value of works for the entire maximum duration (8 years) and across both "Lots" is between 30,000,000GBP and 52,000,000GBP. Lot 2 is anticipated to be between 6,000,000GBP and 12,000,000GBP over the 8 year period (5 year initial term and potential 3 year extension)               
         Value range between: 6,000,000 and 12,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 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.         
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 financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      The terms of payment are set out in the Invitation to Tender (ITT),
      
      III.1.3)Legal form to be taken by the group of economic operators 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:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      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 these 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
         Economic and financial capacity - means of proof required:         
         (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.
         
         Information and formalities necessary for evaluating if requirements are met:
         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.         
         Minimum Level(s) of standards possibly required:
         Please refer to the ITT for further information.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         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.         
         Minimum Level(s) of standards possibly required:
         Please refer to the ITT for further information.      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: T10268      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2015/S 198 - 358480 of 12/10/2015
               
         Other previous publications: No                

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 12/02/2016
      Time-limit for receipt of requests for documents or for accessing documents: 13:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 15/02/2016
         Time: 13:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 180
      
      IV.3.8)Conditions for opening tenders
         Date: 19/02/2016
         Time: 14:00
         Persons authorised to be present at the opening of tenders: Yes
            Officers of the Authority and the appointed Consultant.


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union 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-2016114-PRO-7577151 TKR-2016114-PRO-7577150
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: www.hmcourtservice.gov.uk

      Body responsible for mediation procedures:
               Centre for Effective Dispute Resolution (CEDR)
         70 Fleet Street, London, EC4Y 1EU, United Kingdom
         Tel. +44 2075366000, Email: info@cedr.com, URL: 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, United Kingdom
      Tel. +44 2072761234, URL: www.cabinetoffice.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 14/01/2016

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Police and Crime Commissioner for Surrey
      PO Box 412, Guildford, Surrey, GU3 1YJ, United Kingdom

View any Notice Addenda

UK-Lewes: Building construction work.

Section I: Contracting Authority
   Title: UK-Lewes: Building construction work.
   I.1)Name, Addresses And Contact Point(s)
      Police and Crime Commissioner for Sussex
      Sussex Police Headquarters,, Malling House,, Church Lane,, Lewes, BN7 2DZ, United Kingdom
      Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
      Contact: Cameron Consulting (as agents for the Authority)
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Sussex & Surrey Police - Responsive Repairs, Planned Maintenance and Minor Works
      II.1.2)Short description of the contract or purchase:
      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 £100k 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 September 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.1.3)Common procurement vocabulary:
      45210000 - Building construction work.
      
      45000000 - Construction work.
      
      45261900 - Roof repair and maintenance work.
      
      50711000 - Repair and maintenance services of electrical building installations.
      
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      
      50720000 - Repair and maintenance services of central heating.
      
      90650000 - Asbestos removal services.
      
      50000000 - Repair and maintenance services.
      
      50700000 - Repair and maintenance services of building installations.
      
      79512000 - Call centre.
      
      50712000 - Repair and maintenance services of mechanical building installations.
      
      50531200 - Gas appliance maintenance services.
      
      51110000 - Installation services of electrical equipment.
      
      42416100 - Lifts.
      
      42418220 - Chairlifts.
      
      45312310 - Lightning-protection works.
      
      45312311 - Lightning-conductor installation work.
      
      31216100 - Lightning-protection equipment.
      
      31216200 - Lightning conductors.
      
      45232430 - Water-treatment work.
      
      50531100 - Repair and maintenance services of boilers.
      
      45312100 - Fire-alarm system installation work.
      
      50610000 - Repair and maintenance services of security equipment.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: T10268      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2016 - 171444
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 14/01/2016
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In both
            In the original Notice.
            In the corresponding tender documents.

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: IV.3.4)Time-limit for receipt of tenders or requests to participate            
            Instead of: 15/02/2016 Time: 12:00
            Read: 26/02/2016 Time: 12:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=185339219
GO-2016122-PRO-7615531 TKR-2016122-PRO-7615530

      VI.5)Date of dispatch: 22/01/2016

View Award Notice