Contract notice

Information

Published

Expire date: 18/09/2023

External Reference: 2023-577961

FTS Reference: 2023-024151

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

West Mercia Police
N/A
PO Box 55
Worcester
WR3 8SP
UK
Contact person: Adam Pritchard
Telephone: +44 1905747048
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
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=72036&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

West Mercia Estate Preferred Contractor Framework (PCF)
Reference number:  11529
II.1.2)

Main CPV code

79993000  -  Building and facilities management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This framework has been specifically designed to appoint several Contractors in each specialism that can be appointed flexibly to meet the demand whilst delivering on the commercial principles of the West Mercia Police Estates teams key objectives, principles and challenges.
All details can be found in the tender documentation.
II.1.5)

Estimated total value

Value excluding VAT: 15000000.00  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

West Mercia Estate Preferred Contractor Framework (PCF)
Lot No:  N/A
II.2.2)

Additional CPV code(s)

31120000  -  Generators
31122000  -  Generator units
31127000  -  Emergency generator
44212381  -  Cladding
44221000  -  Windows, doors and related items
44221100  -  Windows
44221110  -  Window frames
45110000  -  Building demolition and wrecking work and earthmoving work
45111000  -  Demolition, site preparation and clearance work
45111100  -  Demolition work
45111240  -  Ground-drainage work
45200000  -  Works for complete or part construction and civil engineering work
45212350  -  Buildings of particular historical or architectural interest
45232450  -  Drainage construction works
45232451  -  Drainage and surface works
45232452  -  Drainage works
45233251  -  Resurfacing works
45261100  -  Roof-framing work
45261200  -  Roof-covering and roof-painting work
45261210  -  Roof-covering work
45261211  -  Roof-tiling work
45261212  -  Roof-slating work
45261410  -  Roof insulation work
45261900  -  Roof repair and maintenance work
45261920  -  Roof maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45262690  -  Refurbishment of run-down buildings
45315000  -  Electrical installation work of heating and other electrical building-equipment
45315100  -  Electrical engineering installation works
45331000  -  Heating, ventilation and air-conditioning installation work
45331231  -  Installation work of refrigeration equipment
45421100  -  Installation of doors and windows and related components
45421110  -  Installation of door and window frames
45421112  -  Installation of window frames
45421130  -  Installation of doors and windows
45421132  -  Installation of windows
45421140  -  Installation of metal joinery except doors and windows
45451000  -  Decoration work
45453000  -  Overhaul and refurbishment work
45453100  -  Refurbishment work
51111200  -  Installation services of generators
71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71222000  -  Architectural services for outdoor areas
71223000  -  Architectural services for building extensions
71240000  -  Architectural, engineering and planning services
71250000  -  Architectural, engineering and surveying services
71251000  -  Architectural and building-surveying services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71311300  -  Infrastructure works consultancy services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71313100  -  Noise-control consultancy services
71313200  -  Sound insulation and room acoustics consultancy services
71314000  -  Energy and related services
71314200  -  Energy-management services
71314300  -  Energy-efficiency consultancy services
71315100  -  Building-fabric consultancy services
71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71317000  -  Hazard protection and control consultancy services
71317210  -  Health and safety consultancy services
71321300  -  Plumbing consultancy services
71322000  -  Engineering design services for the construction of civil engineering works
71334000  -  Mechanical and electrical engineering services
71530000  -  Construction consultancy services
79410000  -  Business and management consultancy services
79415200  -  Design consultancy services
79417000  -  Safety consultancy services
79993100  -  Facilities management services
90490000  -  Sewer survey and sewage treatment consultancy services
90492000  -  Sewage treatment consultancy services
90650000  -  Asbestos removal services
90713000  -  Environmental issues consultancy services
II.2.3)

Place of performance

NUTS code:  UKG2 -  Shropshire and Staffordshire
NUTS code:  UKG1 -  Herefordshire, Worcestershire and Warwickshire
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
Main site or place of performance:  
WR3 8SP
II.2.4)

Description of the procurement

This framework has been specifically designed to appoint several Contractors in each specialism that can be appointed flexibly to meet the demand whilst delivering on the commercial principles of the West Mercia Police Estates teams key objectives, principles and challenges.
All details can be found in the tender documentation.
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: 15000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
2-year initial term + 3x 12-month extensions invoked at the Authority's discretion.
Maximum 5-year total contract.
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

Value provided is an indicative figure based on the full 5-year term and overall total across all specialisms.

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

III.2.2)

Contract performance conditions

As stated in the procurement tender documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  18/09/2023
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

Tender must be valid until:  18/12/2023
IV.2.7)

Conditions for opening of tenders

Date:  18/09/2023
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

West Mercia Police & Crime Commissioner
Hindlip Hall
Worcester
WR3 8SP
UK