[FtsS09F02ContractNotice]

[Information]

[Published]

[ExpireDate]: 18/10/2024

[ExternalReference]: 2024-554942

[FtsReference]: 2024-030136

[FtsS09F02ContractNotice]

[NoticeContract]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Police and Crime Commissioner for Avon and Somerset
N/A
PO Box 37
Bristol
BS20 8QJ
UK
[Contactpoint]: Neil Willmott
[AddressPhone]: +44 1392225657
[Nutscode]:  UKK -  SOUTH WEST (ENGLAND)
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=85813&B=BLUELIGHT
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypePublicbody]
I.5)

[Mainactivity]

[MainactivSafety]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Refurbishment of Yeovil Police Station and Vehicle Workshop
[Fileref]:  889C
II.1.2)

[CpvMain]

45000000  - 
II.1.3)

[TypeContract]

[Works]
II.1.4)

[DescrShort]

The Avon and Somerset Police & Crime Commissioner (PCC) is planning refurbishment works to Yeovil Police Station and construction of a new vehicle workshop. You are invited to review the requirements contained within the tender documents and to respond accordingly if you wish to submit a Tender to provide the services stated herein.
This procurement is being run as a 2-stage tender. Stage 1 is to identify a maximum of four (4) shortlisted contractors via a tender process, to take through to Stage 2.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 7000000.00  GBP
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

45000000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UKK -  SOUTH WEST (ENGLAND)
[MainsiteplaceWorksDelivery]:  
Yeovil
II.2.4)

[DescrProcurement]

The Avon and Somerset Police & Crime Commissioner (PCC) is planning refurbishment works to Yeovil Police Station and construction of a new vehicle workshop. You are invited to review the requirements contained within the tender documents and to respond accordingly if you wish to submit a Tender to provide the services stated herein.
This procurement is being run as a 2-stage tender. Stage 1 is to identify a maximum of four (4) shortlisted contractors via a tender process, to take through to Stage 2.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 7000000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[Starting]: 01.03.2025  /  [End]: 31.01.2026
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  11.10.2024
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.7)

[OpeningConditions]

[Date]:  11.10.2024
[Time]:  12:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

The High Court of Justice
Strand
London
WC2A 2LL
UK

VI.4.2)

[MediationBody]

CEDR
London
UK

VI.4.4)

[AppealsInfo]

CEDR
London
UK