Contract notice

Information

Published

Expire date: 25/01/2022

External Reference: 2021-555330

FTS Reference: 2021-029181

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Merseyside Police - Procurement Department
N/A
Police Headquarters, Canning Place
Liverpool
L1 8JX
UK
Contact person: Pauline Totton
Telephone: +44 1517771926
NUTS code:  UKD7 -  Merseyside
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=40884&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 Works Framework
Reference number:  PCC/PD/170
II.1.2)

Main CPV code

45216125  -  Emergency-services building construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

A restricted list of companies is to be selected to provide project services on a mini- competition basis for the following Lots, which will be managed by the Corporate Assets Department of Merseyside Police: -
- Building works
- Mechanical works
- Electrical works
The service required is for all of the above lots and expressions for particular lots only will be disregarded.
Scope: -
- Planned minor refurbishment works, within the scope of the service lots - in line with the below value bands
- Tenders will be invited for individual projects within the value band of £0 to £1,500,000 which will likely contain elements from all of the above lots. The successful contractor will be responsible for procuring and coordinating all works with their own resources and supply chain.
II.1.5)

Estimated total value

Value excluding VAT: 7500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45350000  -  Mechanical installations
45351000  -  Mechanical engineering installation works
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
45216120  -  Construction work for buildings relating to emergency services
45210000  -  Building construction work
II.2.3)

Place of performance

NUTS code:  UKD7 -  Merseyside
Main site or place of performance:  
Merseyside
II.2.4)

Description of the procurement

A restricted list of companies is to be selected to provide project services on a mini- competition basis for the following Lots, which will be managed by the Corporate Assets Department of Merseyside Police: -
- Building works
- Mechanical works
- Electrical works
The service required is for all of the above lots and expressions for particular lots only will be disregarded.
Scope: -
- Planned minor refurbishment works, within the scope of the service lots - in line with the below value bands
- Tenders will be invited for individual projects within the value band of £0 to £1,500,000 which will likely contain elements from all of the above lots. The successful contractor will be responsible for procuring and coordinating all works with their own resources and supply chain.
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: 7500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 04/04/2022  /  End: 31/03/2027
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

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

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:  6
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Investment of time and resource to establish appropriate working relationships
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  04/01/2022
Local time:  12:00
IV.2.3)

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

Date: 17/01/2022
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.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Royal Court of Justice, Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Standstill period will be observed