Metropolitan Police Construction Professional Services Framework
The Authority wishes to appoint a panel of multi-disciplinary and specialist consultants to support MPS and other public bodies.
United Kingdom-London: Architectural, construction, engineering and inspection services
2017/S 066-124383
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
n/a
Empress State Building, Lillie Road, Earls Court, Greater London
London
SW6 1TR
United Kingdom
Contact person: Gerard Lynch
Telephone: +44 02071613332
E-mail: Gerard.Lynch@met.pnn.police.uk
NUTS code: UK
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40396
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Construction Professional Services Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Authority is seeking to establish a Framework for the provision of Design /Architectural/Engineering/Surveying services, project management (CA/EA), cost management, programme management, building control. The Authority wishes to appoint a panel of multi-disciplinary and specialist consultants to support MPS and other public bodies. The term of the Framework will be 48 months with the option to extend for a further 12 months where the legal regime permits. The Authority is proposing to appoint a total of 16 service providers across 6 individual Lots. All service disciplines are necessary for the completion and delivery of a diverse range of construction projects (incl. new & refurbishment schemes) through RIBA Works Stages 0 to 7. The value of the schemes is likely to range from 150 000 GBP to 20 000 000 GBP and above. A further detailed description of the specific services per Lot is set out in the Statement of Service Requirements (SoSR) document which is included in the procurement documents.
II.1.5)Estimated total value
II.1.6)Information about lots
Individual Lots or the following combinations Lots 1 & 2 or Lots 2 & 3 or Lots 4 & 5 or Lots 4, 5 & 6 or Lots 5 & 6.
II.2.1)Title:
Lot 1: Project Delivery Services requiring full design for projects of value up to £2M
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Greater London.
II.2.4)Description of the procurement:
Under this lot service providers will primarily be providing initial and full design services, including architecture, engineering, surveying, CDM PD services. More information about the services included under this Lot can be found in the SoSR. Subject to capacity it is envisaged that 4 service providers will be appointed to Lot 1. A service provider which applies to be listed under Lot 1 can also apply to be listed under Lot 2.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2: Project Delivery Services requiring full design for projects of value above 2 000 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Greater London.
II.2.4)Description of the procurement:
Under this lot service providers will primarily be providing initial and full design services, including architecture, engineering, surveying, CDM PD services. More information about the services included under this Lot can be found in the SoSR.
Subject to capacity it is envisaged that 6 service providers will be appointed to Lot 2.
A service provider which applies to be listed under Lot 2 can also apply to be listed under Lot 3.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3: Project Delivery Services requiring a ‘design & build’ services for project of any value
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Greater London.
II.2.4)Description of the procurement:
Under this lot service providers will primarily be providing project management, cost management and contract administration services (Employer’s Agent) for Design & Build projects. More information about the services included under this Lot can be found in the SoSR. Subject to capacity it is envisaged that 3 service providers will be appointed to Lot 3. A service provider which applies to be listed under Lot 3 can also apply to be listed under Lot 2.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4: Cost Management services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Greater London.
II.2.4)Description of the procurement:
Under this Lot 4 the service provider will be providing Cost Management (Quantity Surveying) services including:
— Cost planning exercises;
— Cost benchmarking exercises;
— Project and programme procurement strategies (including OJEU procurements, construction works framework mini-completion and direct awards);
— VFM audits (cost, technical, forensic);
— QS services independent from Lots 1, 2 and 3 service providers.
More information about the services included under this Lot can be found in the SoSR.
A service provider which applies to be listed under Lot 4 can also apply to be listed under Lots 5 and 6.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 5: Programme Management services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Greater London.
II.2.4)Description of the procurement:
Under this Lot 5 the service provider will be providing programme management services including but not limited to:
— Complex programme implementation/development management;
— Project delivery strategies;
— Business case development;
— Complex project moves management;
— Project Management independent of Lots 1, 2 & 3 service providers.
More information about the services included under this Lot can be found in the SoSR.
A service provider which applies to be listed under Lot 5 can also apply to be listed under Lots 4 and 6.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 6: Building Control Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Greater London.
II.2.4)Description of the procurement:
Under this Lot 6 the service provider will be providing Building Control Approved Inspector. More information about the services included under this Lot can be found in the SoSR.
A service provider which applies to be listed under Lot 6 can also apply to be listed under Lots 4 and 5.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Refer to procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
The Authority reserves the right to require a consortium participating in this procurement process to be legally incorporated to enter into the Framework Agreement, if successful.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Authority is purchasing on behalf of other contracting authorities: All Police Forces in England and Wales (https://www.police.uk/forces) and the Greater London Authority (GLA) Group of Functional Bodies, London Ambulance Service and the City of London Corporation will have access to this framework agreement.
Tender documentation is available only through the EU-Supply Bluelight system at https://uk.eu-supply.com/login.asp?B=BLUELIGHT. All queries and communications must be made via the EU-Supply Bluelight system.
The Authority proposes to call off from the Framework Agreement primarily using mini-competitions but with the option to use a rotation system and direct awards where appropriate and subject to specific conditions. Please see the Memorandum of Information where the call off procedure is set out.
As at the date of this notice, the Authority is unable to give accurate indication of the likely demand from other Contracting Authorities for services required under this Framework.
The Authority, acting in accordance with PCR15, reserves the right to:
a. amend, add to or withdraw all, or any part of this procurement and the right to terminate this procurement process at any time;
b. not enter into any agreement for some, or all of the works and services for which the tenderers are invited to tender;
c. reduce the scope of the service requirements included in this procurement process and it shall not be bound to accept any Tender without incurring any liability to the affected tenderers;
d. award to a service provider member of the Framework under an existing call-off additional services to the called-off services, which have become necessary (and were not included in the initial call off), where the change of provider (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial Call Off process, or (ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority, provided that any increase in price to the Authority does not exceed 50 % of the value of the initial call off;
e. award to a service provider member of the Framework under an existing call-off additional services where (i) the need to do so was brought about by circumstances which a diligent contracting authority could not have foreseen; (ii) the award does not alter the overall nature of the initial call off; and (iii) any increase in price does not exceed 50 % of the value of the initial call;
f. award to a service provider member of the Framework Agreement under an existing call-off additional services where (i) the value of the additional services is below 164 000 GBP and (ii) and the value of the additional services does not exceed 1 % of the value of the initial call-off.
VI.4.1)Review body
Empress State Building
London
SW61TR
United Kingdom
E-mail: ProcurementImprovements@met.police.uk
VI.4.3)Review procedure
The Authority will incorporate a standstill period at the point information on the award of the Framework Agreement is communicated to tenderers which will include full information on the award decision. The standstill period which will be for 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The PCR15 provide for an economic operator who suffers or risks suffering loss or damage by a breach of the rules to take action in the High Court.
VI.5)Date of dispatch of this notice:
Related Posts
Education Funding Agency Construction Framework 2017
Construction Project Management Services – National Heritage Memorial Fund
Building Alterations and Refurbishment Contract London
Building Consultancy Services Dartford 2017 – 2019