Essex Police, Fire and Crime Commissioner Fire and Rescue Authority is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | ECFRS00237 Electrical Planned Preventative Maintenance |
Notice type: | Contract Notice |
Authority: | Essex Police, Fire and Crime Commissioner Fire and Rescue Authority |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Authority are seeking a supplier who can provide planned maintenance of electrical systems in accordance with SFG20 specification, and the reactive repair of electrical systems as requested across Essex County Fire and Rescue sites within the county of Essex. |
Published: | 10/12/2022 18:01 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Essex Police, Fire and Crime Commissioner Fire and Rescue Authority
Service Headquarters Kelvedon Park, London Road, Rivenhall, CM8 3HB, United Kingdom
Tel. +44 1376576000, Email: contracts@essex-fire.gov.uk
Contact: Procurement
Main Address: www.essex-fire.gov.uk, Address of the buyer profile: www.essex-fire.gov.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Rivenhall:-Repair-and-maintenance-services./2VJQBRTDYT
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: ECFRS00237 Electrical Planned Preventative Maintenance
Reference Number: 2022-485
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Authority are seeking a supplier who can provide planned maintenance of electrical systems in accordance with SFG20 specification, and the reactive repair of electrical systems as requested across Essex County Fire and Rescue sites within the county of Essex.
II.1.5) Estimated total value:
Value excluding VAT: 300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
50324200 - Preventive maintenance services.
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: The requirement is for the maintenance and repair of building services, plant, equipment and engineering services for the properties of Essex County Fire and Rescue Service. The scope of services will include the planned maintenance of electrical systems in accordance with the SFG20 specification and the reactive repair of electrical systems upon notification.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The initial contract period will be for 3 years following a mobilisation period and has the option to extend by 2 x 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2VJQBRTDYT
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 23/01/2023 Time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.Tender responses must be submitted by the date and time specified in section IV.2.2. The Authority reserves the right not to accept requests to participate that are received after the deadline. Tenderers are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Rivenhall:-Repair-and-maintenance-services./2VJQBRTDYT
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2VJQBRTDYT
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Essex Police, Fire and Crime Commissioner Fire and Rescue Authority
Essex, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Essex Police, Fire and Crime Commissioner Fire and Rescue Authority
Service Headquarters Kelvedon Park, London Road, Rivenhall, CM8 3HB, United Kingdom
Tel. +44 1376576000, Email: contracts@essex-fire.gov.uk
VI.5) Date Of Dispatch Of This Notice: 10/12/2022
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Essex Police, Fire and Crime Commissioner Fire and Rescue Authority
Essex County Fire and Rescue Service Headquarters, Kelvedon Park, London Road, Rivenhall, CM8 3HB, United Kingdom
Tel. +44 1376576000, Email: contracts@essex-fire.gov.uk
Contact: Procurement
Main Address: www.essex-fire.gov.uk, Address of the buyer profile: www.essex-fire.gov.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Public order and safety
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: ECFRS00237 Electrical Planned Preventative Maintenance
Reference number: 2022-485
II.1.2) Main CPV code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Contract Award notice: The Authority are seeking a supplier who can provide planned maintenance of electrical systems in accordance with SFG20 specification, and the reactive repair of electrical systems as requested across Essex County Fire and Rescue sites within the county of Essex. The initial contract period will be for 3 years following a mobilisation period and has the option to extend by 2 x 12 month periods
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 514,685.82
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
50324200 - Preventive maintenance services.
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Contract Award Notice. The requirement is for the maintenance and repair of building services, plant, equipment and engineering services for the properties of Essex County Fire and Rescue Service. The scope of services will include the planned maintenance of electrical systems in accordance with the SFG20 specification and the reactive repair of electrical systems upon notification.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-035002
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: FIRE0590
Lot Number: Not Provided
Title: Planned and Preventative Maintenance and Repair of Electrical Engineering Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/10/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
CLC Facilities Limited, 04527636
S1 Sterling House, Langston Road, Loughton, IS10 3TS, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 514,685.82
Total value of the contract/lot: 514,685.82
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.Tender responses must be submitted by the date and time specified in section IV.2.2. The Authority reserves the right not to accept requests to participate that are received after the deadline. Tenderers are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=832290487
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
Essex Police, Fire and Crime Commissioner Fire and Rescue Authority
Essex, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Essex Police, Fire and Crime Commissioner Fire and Rescue Authority
Service Headquarters Kelvedon Park, London Road, Rivenhall, CM8 3HB, United Kingdom
Tel. +44 1376576000, Email: contracts@essex-fire.gov.uk
VI.5) Date of dispatch of this notice: 05/02/2024