Contract notice

Information

Published

Date of dispatch of this notice: 08/04/2019

Expire date: 28/05/2019

External Reference: 2019-510676

TED Reference: 2019/S 073-171658

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for Bedfordshire
Royston Police Station, Melbourn Street
Royston
SG8 7BZ
UK
Contact person: Veronica O'Mahoney
Telephone: +44 1707354839
Internet address(es):
The Police and Crime Commissioner for Cambridgeshire
Royston Police Station, Melbourn Street
Royston
SG8 7BZ
UK
Internet address(es):
The Police and Crime Commissioner for Hertfordshire
Royston Police Station, Melbourn Street
Royston
UK
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=28075&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

Regional or local authority
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

FRAMEWORK AGREEMENT FOR THE PROVISION OF BUILDING WORKS AND PROPERTY MAINTENANCE
Reference number:  E-4-0028-19
II.1.2)

Main CPV code

45210000  -  Building construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The Framework is spilt into 4 Lots
Lot 1 and Lot 2 - The work required at Police premises and occupied sites involve: reactive maintenance works; minor works, improvements & extensions; internal layout alterations - structural & non-structural; call out works, with emergency and breakdown service twenty-four (24) hours per day, seven (7) days per week (including Bank and Public Holidays), with a maximum two (2) hour response time works under this Lot will be up to the value of £40,000
Lot 3 and Lot 4 the awarded suppliers to be invited to tender for individual works by the means of running a mini competition on an individual basis which will constitute separate agreements ( Call off Contracts ) for each acquisition for works over £40,000 to £1,000,000.
Call off contracts can be for a maximum duration of 4 years and can expired after the Framework Agreement. There is no guarantee of any works under this Framework
II.1.5)

Estimated total value

Value excluding VAT: 22000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 The Police and Crime Commissioner for Bedfordshire, The Police and Crime Commissioner for Cambridgeshire
Lot No:  1
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45216000  -  Construction work for buildings relating to law and order or emergency services and for military buildings
45216100  -  Construction work for buildings relating to law and order or emergency services
45216111  -  Police station construction work
II.2.4)

Description of the procurement

Lot 1 and Lot 2 - The work required at Police
premises and occupied sites involve: reactive
maintenance works; minor works, improvements &
extensions; internal layout alterations - structural &
non-structural; call out works, with emergency and
breakdown service twenty-four (24) hours per day,
seven (7) days per week (including Bank and Public
Holidays), with a maximum two (2) hour response
Works carried out under this Lot will be to the value of up £40,000
Lot 1 is a single supplier Framework
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Initial Term: 36 months
Possible extensions: 1 x 12 months
Full term if extensions taken: 48 months
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
as stated in the procurement documents
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 The Police and Crime Commissioner for Hertfordshire
Lot No:  2
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45216000  -  Construction work for buildings relating to law and order or emergency services and for military buildings
45216100  -  Construction work for buildings relating to law and order or emergency services
45216111  -  Police station construction work
II.2.4)

Description of the procurement

Lot 1 and Lot 2 - The work required at Police
premises and occupied sites involve: reactive
maintenance works; minor works, improvements &
extensions; internal layout alterations - structural &
non-structural; call out works, with emergency and
breakdown service twenty-four (24) hours per day,
seven (7) days per week (including Bank and Public
Holidays), with a maximum two (2) hour response
Works carried out under this Lot will be to the value of up £40,000
Lot 2 is a single supplier Framework
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Initial Term: 36 months
Possible extensions: 1 x 12 months
Full term if extensions taken: 48 months
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
as stated in the procurement documents
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 The Police and Crime Commissioner for Bedfordshire, The Police and Crime Commissioner for Cambridgeshire
Lot No:  3
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45216000  -  Construction work for buildings relating to law and order or emergency services and for military buildings
45216100  -  Construction work for buildings relating to law and order or emergency services
45216111  -  Police station construction work
II.2.4)

Description of the procurement

Lot 3 and Lot 4 The awarded suppliers to be invited to tender for individual works by the means of running a mini competition on an individual basis which will constitute separate agreements ( Call off Contracts ) for each acquisition for works over £40,000 to £1,000,000.
Lot 3 is a multi-supplier framework up to 8 suppliers
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Initial Term: 36 months
Possible extensions: 1 x 12 months
Full term if extensions taken: 48 months
II.2.9)

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

Envisaged minimum number: 12  /  Maximum number: 15
Objective criteria for choosing the limited number of candidates:
as stated in the procurement documents
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 4 The Police and Crime Commissioner for Hertfordshire
Lot No:  4
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45216000  -  Construction work for buildings relating to law and order or emergency services and for military buildings
45216100  -  Construction work for buildings relating to law and order or emergency services
45216111  -  Police station construction work
II.2.4)

Description of the procurement

Lot 3 and Lot 4 The awarded suppliers to be invited to tender for individual works by the means of running a mini competition on an individual basis which will constitute separate agreements ( Call off Contracts ) for each acquisition for works over £40,000 to £1,000,000.
Lot 3 is a multi-supplier framework up to 8 suppliers
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Initial Term: 36 months
Possible extensions: 1 x 12 months
Full term if extensions taken: 48 months
II.2.9)

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

Envisaged minimum number: 12  /  Maximum number: 15
Objective criteria for choosing the limited number of candidates:
as stated in the procurement documents
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:  Selection criteria as stated in the procurement documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

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

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:  8
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/05/2019
Local time:  12:00
IV.2.3)

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

Date: 28/05/2019
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 : 3  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The procurement process will be ran in two stages, the selection stage using the standard PAS 91:2013+A1:2017 selection questionnaire to assess if suppliers possess or have access to, the governance, qualifications and references, expertise, competence, health and safety/ environmental/financial and other essential capabilities to the extent necessary for them to be considered appropriate to undertake and deliver works described within the contract specification to each Authority within the relevant Lot under the Framework.
For Lot 1 we are looking to award to a single supplier to deliver the Procurement as described in the OJEU Notice and procurement documents
For Lot 2 we are looking to award to a single supplier to deliver the Procurement as described in the OJEU Notice and procurement documents
For Lot 3 we are looking to award a multi-supplier framework
to deliver the Procurement as described in the OJEU Notice and procurement documents
For Lot 4 we are looking to award a multi-supplier framework and procurement documents
to deliver the Procurement as described in the OJEU Notice
The Authority reserves the right to award to any or all LOTs 1 and/or 2 and/or 3 and/or 4 following the completion of a successful tender process.
The Authority reserves the right not to award to any or all lots
The overall estimated annual spend is as follows;
The Police and Crime Commissioner for Bedfordshire Lot 1 £400k per year, Lot 3 £155K per year
The Police and Crime Commissioner for Cambridgeshire Lot 1 £300k per year, Lot 3 £1Million per year
The Police and Crime Commissioner for Hertfordshire Lot 2 £500k per year. Lot 4 £1.5Million per year
However there is no guarantee of any works under this Framework Agreement
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Justice
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

Joint Procurement Unit for BCH
Royston Police Staiton, Melbourn St
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please see article 54.5 of Part 54 of the Judicial Review and Statutory Review procedure available at https://www.justice.gov.uk/courts/procedure-rules/civil/rules/part54#54.5
VI.4.4)

Service from which information about the review procedure may be obtained

Joint Procurement Unit for BCH
Royston Police Staiton, Melbourn St,
Royston
SG8 7BZ
UK