Contract notice

Information

Published

Date of dispatch of this notice: 03/02/2020

Expire date: 13/03/2020

External Reference: 2020-553230

TED Reference: 2020/S 026-060235

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for West Yorkshire
n/a
Ploughland House, 62 George Street
Wakefield
WF1 1DL
UK
Contact person: Andy Balmond
Telephone: +44 7464983774
Internet address(es):
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=30801&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

Estates Works Framework
Reference number:  1737-2018
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

A Framework Agreement to serve all police forces in the North East Region, Fire & rescue Services in the Yorkshire & Humber Region and the Yorkshire Ambulance Service as detailed in the procurement documents.
The works involved are principally general building works, including contractors design when required. In addition some new build and civil engineering works may also be included. The full list of accessing bodies is detailed within VI.3.
II.1.5)

Estimated total value

Value excluding VAT: 77000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lot 1- West Yorkshire region
Lot 2- South Yorkshire region
Lot 3- North Yorkshire region
Lot 4- Humberside region
Lot 5 - Cleveland
Lot 6 – Durham
Lot 7 - Northumbria
II.2)

Description

II.2.1)

Title

Estates Works Framework
Lot No:  1
II.2.2)

Additional CPV code(s)

45100000  -  Site preparation work
45200000  -  Works for complete or part construction and civil engineering work
45300000  -  Building installation work
45400000  -  Building completion work
71000000  -  Architectural, construction, engineering and inspection services
II.2.3)

Place of performance

Main site or place of performance:  
West Yorkshire, WF1 1DL
II.2.4)

Description of the procurement

This Framework Agreement will be tendered in seven geographical lots as listed below to establish whether local regional contractors are more able to service a particular region. However, any tenderer will be able to bid for any number of lots and providing they can demonstrate an ability to meet the service requirements of the lots bid for, in terms of resource, capacity and multiple/simultaneous delivery for clients in a single region or across all regions may be awarded any mix of, or all lots.
Lot 1- West Yorkshire region
Lot 2- South Yorkshire region
Lot 3- North Yorkshire region
Lot 4- Humberside region
Lot 5 - Cleveland
Lot 6 – Durham
Lot 7 - Northumbria
The type, size, complexity and value of works will vary. Typically, it will consist of, but not be limited to, the following:-
• Office Refurbishment Works
• Welfare Refurbishments –Kitchen, toilets etc
• Garaging
• External Fabric Works
• New Build or Extension Works
• Delivery of specialist upgrade works within areas of Custody, Dog section and Mounted
• Associated works such as Mechanical, Electrical, and Structural.
The appointed contractor(s) will provide a broad range of services, these include, but are not limited to-
a) Acting as Principal Contractor and Principal Designer in accordance with CDM 2015 Regulations for the duration of a project for which they are appointed.
b) Carry out design works and surveys (where required) as per the stages set out in the RIBA Plan of Works, to enable a project delivery from inception to completion, in line with current legislation, force and statutory requirements.
The appointed contractor(s) will be required to have access to various professional services in order to deliver the aforementioned. Typically, it will consist of, but not be limited to, the following:-
• Architects (including landscape)
• Structural Engineers
• Surveyors (Building and Land)
• Drainage Surveys
• Interior Designers
• Planning Consultants
• Principal Designers
• Asbestos Surveyors
• Mechanical and Electrical Designers
The appointed contractor(s) will be required to have access to appropriately skilled, qualified operatives and an appropriate network of sub-contract and supply chain partners to enable them to deliver works.
The below customers will be able to call off from this Framework Agreement:
West Yorkshire Police
North Yorkshire Police
South Yorkshire Police
Humberside Police
West Yorkshire Fire and Rescue
North Yorkshire Fire and Rescue
South Yorkshire Fire and Rescue
Humberside Fire and Rescue
Yorkshire Ambulance Service
Cleveland Police
Northumbria Police
Durham Police
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: 77000000.00  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.2.10)

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.2.14)

Additional information

Interested parties should note that we will be holding a bidders' day on Monday the 17th February. The location is to be confirmed but it will be held in West Yorkshire. You should reserve your place by emailing procurement@southyorks.pnn.police.uk

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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:  7
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:  11/03/2020
Local time:  12:00
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 : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  11/03/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK
Internet address: http://www.judiciary.gov.uk