Contract notice

Information

Published

Date of dispatch of this notice: 02/02/2017

Expire date: 06/03/2017

External Reference: 2017-214731

TED Reference: 2017/S 025-043474

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Mayor's Office for Policing and Crime
n/a
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
Contact person: Jim Meadows (Category Manager)
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=18884&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned 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

MINOR AND INTERMEDIATE BUILDING WORKS FRAMEWORK
Reference number:  SS3/16/146
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The Authority seeks to select a panel of contractors to undertake building works across the MPS estate.
Works include:
Internal refurbishment and fit out of buildings, offices, stations, training facilities, etc.
Alteration and extension
Decoration
Public health engineering
Mechanical and electrical installation
Mechanical and electrical repair and replacements
Internal fabric repairs, replacement and installation
External fabric repairs, replacement and installation
Demolition
Asbestos removal
New build works with the option to include design services
Other relevant and necessary works and associated services
II.1.5)

Estimated total value

Value excluding VAT: 250000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer:  2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lot 2 and Lot 3
Lot 1 cannot be grouped with either Lot 2 or Lot 3
II.2)

Description

II.2.1)

Title

LOT 1 up to 500,000 GBP Building Works
Lot No:  1
II.2.2)

Additional CPV code(s)

45100000  -  Site preparation work
45111000  -  Demolition, site preparation and clearance work
45113000  -  Siteworks
45210000  -  Building construction work
45216000  -  Construction work for buildings relating to law and order or emergency services and for military buildings
45220000  -  Engineering works and construction works
45223000  -  Structures construction work
45260000  -  Roof works and other special trade construction works
45300000  -  Building installation work
45310000  -  Electrical installation work
45317000  -  Other electrical installation work
45330000  -  Plumbing and sanitary works
45331000  -  Heating, ventilation and air-conditioning installation work
45333000  -  Gas-fitting installation work
45340000  -  Fencing, railing and safety equipment installation work
45350000  -  Mechanical installations
45420000  -  Joinery and carpentry installation work
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing work
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
London & South East
II.2.4)

Description of the procurement

Lot Number 1
Requirement of value up to 500,000 GBP
Subject to capacity it is envisaged that 6 contractors will be appointed to Lot 1.
No contractor bidding for Lot 1 can bid for Lot 2 or Lot 3.
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: 86000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:
Technical ability, Capacity, Experience and Financial Standing - as set out in the PQQ.
II.2.10)

Information about variants

Variants will be accepted: no
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)

Description

II.2.1)

Title

LOT 2 500,001 GBP to 5,000,000 GBP Building Works
Lot No:  2
II.2.2)

Additional CPV code(s)

45100000  -  Site preparation work
45111000  -  Demolition, site preparation and clearance work
45113000  -  Siteworks
45210000  -  Building construction work
45216000  -  Construction work for buildings relating to law and order or emergency services and for military buildings
45220000  -  Engineering works and construction works
45223000  -  Structures construction work
45260000  -  Roof works and other special trade construction works
45300000  -  Building installation work
45310000  -  Electrical installation work
45317000  -  Other electrical installation work
45330000  -  Plumbing and sanitary works
45331000  -  Heating, ventilation and air-conditioning installation work
45333000  -  Gas-fitting installation work
45340000  -  Fencing, railing and safety equipment installation work
45350000  -  Mechanical installations
45420000  -  Joinery and carpentry installation work
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing work
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
London & South East
II.2.4)

Description of the procurement

Lot Number 2
500,001 GBP to 5,000,000 GBP
Subject to capacity it is envisaged that 4 contractors will be appointed to Lot 2.
Contractors can bid for Lot 3 in addition to Lot 2.
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: 32000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Technical ability, Capacity, Experience and Financial Standing - as set out in the PQQ
II.2.10)

Information about variants

Variants will be accepted: no
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)

Description

II.2.1)

Title

LOT 3 5,000,001 GBP to 10,000,000 GBP Building Works
Lot No:  3
II.2.2)

Additional CPV code(s)

45100000  -  Site preparation work
45111000  -  Demolition, site preparation and clearance work
45113000  -  Siteworks
45210000  -  Building construction work
45216000  -  Construction work for buildings relating to law and order or emergency services and for military buildings
45220000  -  Engineering works and construction works
45223000  -  Structures construction work
45260000  -  Roof works and other special trade construction works
45300000  -  Building installation work
45310000  -  Electrical installation work
45317000  -  Other electrical installation work
45330000  -  Plumbing and sanitary works
45331000  -  Heating, ventilation and air-conditioning installation work
45333000  -  Gas-fitting installation work
45340000  -  Fencing, railing and safety equipment installation work
45350000  -  Mechanical installations
45420000  -  Joinery and carpentry installation work
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing work
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
London & South East
II.2.4)

Description of the procurement

Lot Number 3
5,000,001 GBP to 10,000,000 GBP
Subject to capacity it is envisaged that 4 contractors will be appointed to Lot 3.
Contractors can bid for Lot 2 in addition to Lot 3.
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: 130000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Technical ability, Capacity, Experience and Financial Standing - as set out in the PQQ.
II.2.10)

Information about variants

Variants will be accepted: no
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

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:  Refer to procurement 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

Guarantees or performance bonds may be required by the Authority in appropriate circumstances.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  14
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: 2016/S 190-340001
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/03/2017
Local time:  17:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 12/04/2017
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 months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The Authority is purchasing on behalf of other contracting authorities:
Kent Police, Essex Police, Surrey Police, Thames Valley Police and members of the GLA Group may access the Framework including; London Fire and Emergency, Planning Authority, Transport for London and London Legacy Development Corporation, London & Partners, London Travel Watch, London Pensions Fund Authority, London Waste and Recycling Board and Museum of London.
The Authority proposes to call off from the Framework Agreement primarily using mini-competitions but reserves the option to use a rotation system and direct awards where appropriate. The Authority will use certain rules to call off from the Framework Agreement which can be found in the Memorandum of Information.
The Authority, acting in accordance with PCR15, reserves the right to:
a. amend, add to or withdraw all, or any part of this procurement and the right to terminate this procurement process at any time;
b. not enter into any agreement for some, or all of the works and services for which the tenderers are invited to tender.
c. reduce the scope of the service requirements included in this procurement process and it shall not be bound to accept any Tender without incurring any liability to the affected tenderers.
d. award to a contractor member of the Framework Agreement under an existing call-off additional works and services to the called-off works and services, which have become necessary (and were not included in the initial call off), where change of provider (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial Call Off process, or (ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority, provided that any increase in price to the Authority does not exceed 50% of the value of the original Call Off Agreement.
e. award to a contractor member of the Framework Agreement under an existing call-off additional works and services where (i) the need to do so was brought about by circumstances which a diligent contracting authority could not have foreseen; (ii) the award does not alter the overall nature of the original Call Off Agreement; and (iii) any increase in price does not exceed 50% of the value of the original Call Off Agreement .
f. award to a contractor member of the Framework Agreement under an existing call-off additional works and services where the value of the additional works and/or services does not exceed 15% of the value of the original call-off.
VI.4)

Procedures for review

VI.4.1)

Review body

Mayor's Office for Policing & Crime c/o Metropolitan Police Service, Contracts, Assurance and Best Practice Manager, Commercial Services
Empress State Building
London
SW61TR
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Authority will incorporate a standstill period at the point information on the award of the Framework Agreement is communicated to tenderers which will include full information on the award decision. The standstill period which will be for 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The PCR15 provide for an economic operator who suffers or risks suffering loss or damage by a breach of the rules to take action in the High Court.
VI.5)

Date of dispatch of this notice

03/02/2017