Building Works and Property Maintenance Framework Bedfordshire
Lot 1 and Lot 2 — The work required at Police premises and occupied sites involve: reactive maintenance works; minor works.
United Kingdom-Royston: Building construction work
2019/S 073-171658
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Royston Police Station, Melbourn Street
Royston
SG8 7BZ
United Kingdom
Contact person: Veronica O’Mahoney
Telephone: +44 1707354839
E-mail: Veronica.O’Mahoney@herts.pnn.police.uk
NUTS code: UKH
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/29016
I.1)Name and addresses
Royston Police Station, Melbourn Street
Royston
SG8 7BZ
United Kingdom
E-mail: Veronica.O’Mahoney@herts.pnn.police.uk
NUTS code: UKH
I.1)Name and addresses
Royston Police Station, Melbourn Street
Royston
United Kingdom
E-mail: Veronica.O’Mahoney@herts.pnn.police.uk
NUTS code: UKH
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework Agreement for the Provision of Building Works and Property Maintenance
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The framework is spilt into 4 Lots.
Lot 1 and Lot 2 — The work required at Police premises and occupied sites involve: reactive maintenance works; minor works, improvements and extensions; internal layout alterations — structural and non-structural; call out works, with emergency and breakdown service twenty-four (24) hours per day, seven (7) days per week (including Bank and Public Holidays), with a maximum two (2) hour response time works under this Lot will be up to the value of 40 000 GBP.
Lot 3 and Lot 4 the awarded suppliers to be invited to tender for individual works by the means of running a mini competition on an individual basis which will constitute separate agreements (Call off Contracts) for each acquisition for works over 40 000 GBP to 1 000 000 GBP.
Call off contracts can be for a maximum duration of 4 years and can expired after the Framework Agreement. There is no guarantee of any works under this Framework
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1 — The Police and Crime Commissioner for Bedfordshire, The Police and Crime Commissioner for Cambridgeshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1 and Lot 2 — The work required at Police premises and occupied sites involve: reactive maintenance works; minor works, improvements and Extensions; internal layout alterations — structural and non-structural; call out works, with emergency and Breakdown service twenty-four (24) hours per day, seven (7) days per week (including Bank and Public Holidays), with a maximum two (2) hour response works carried out under this Lot will be to the value of up 40 000 GBP.
Lot 1 is a single supplier framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Initial Term: 36 months.
Possible extensions: 1 x 12 months.
Full term if extensions taken: 48 months.
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the procurement documents.
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 — The Police and Crime Commissioner for Hertfordshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1 and Lot 2 — The work required at Police premises and occupied sites involve: reactive maintenance works; minor works, improvements and extensions; internal layout alterations — structural and non-structural; call out works, with emergency and breakdown service twenty-four (24) hours per day, seven (7) days per week (including Bank and Public Holidays), with a maximum two (2) hour response works carried out under this Lot will be to the value of up 40 000 GBP.
Lot 2 is a single supplier framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Initial Term: 36 months.
Possible extensions: 1 x 12 months.
Full term if extensions taken: 48 months.
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the procurement documents.
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 — The Police and Crime Commissioner for Bedfordshire, The Police and Crime Commissioner for Cambridgeshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3 and Lot 4 — The awarded suppliers to be invited to tender for individual works by the means of running a mini competition on an individual basis which will constitute separate agreements (Call off Contracts) for each acquisition for works over 40 000 GBP to 1 000 000 GBP.
Lot 3 is a multi-supplier framework up to 8 suppliers.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Initial Term: 36 months.
Possible extensions: 1 x 12 months.
Full term if extensions taken: 48 months.
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the procurement documents.
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 — The Police and Crime Commissioner for Hertfordshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3 and Lot 4 — The awarded suppliers to be invited to tender for individual works by the means of running a mini competition on an individual basis which will constitute separate agreements (Call off Contracts) for each acquisition for works over 40 000 GBP to 1 000 000 GBP.
Lot 3 is a multi-supplier framework up to 8 suppliers
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Initial Term: 36 months.
Possible extensions: 1 x 12 months.
Full term if extensions taken: 48 months.
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the procurement documents.
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
Selection criteria as stated in the procurement documents.
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.2.3)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.2.2)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.2)Information about electronic workflows
VI.3)Additional information:
The procurement process will be ran in 2 stages, the selection stage using the standard PAS 91:2013+A1:2017 selection questionnaire to assess if suppliers possess or have access to, the governance, qualifications and references, expertise, competence, health and safety/environmental/financial and other essential capabilities to the extent necessary for them to be considered appropriate to undertake and deliver works described within the contract specification to each Authority within the relevant lot under the framework.
— for Lot 1 we are looking to award to a single supplier to deliver the Procurement as described in the OJEU Notice and procurement documents,
— for Lot 2 we are looking to award to a single supplier to deliver the Procurement as described in the OJEU Notice and procurement documents,
— for Lot 3 we are looking to award a multi-supplier framework to deliver the Procurement as described in the OJEU Notice and procurement documents,
— for Lot 4 we are looking to award a multi-supplier framework and procurement documents to deliver the Procurement as described in the OJEU Notice.
The Authority reserves the right to award to any or all Lots 1 and/or 2 and/or 3 and/or 4 following the completion of a successful tender process.
The Authority reserves the right not to award to any or all lots.
The overall estimated annual spend is as follows:
— The Police and Crime Commissioner for Bedfordshire Lot 1 — 400 000 GBP per year, Lot 3 — 155 000 GBP per year,
— The Police and Crime Commissioner for Cambridgeshire Lot 1 — 300 000 GBP per year, Lot 3 — 1 000 000 GBP per year,
— The Police and Crime Commissioner for Hertfordshire Lot 2 — 500 000 GBP per year. Lot 4 — 1 500 000 GBP per year.
However there is no guarantee of any works under this framework agreement.
VI.4.1)Review body
Strand
London
WC2A 2LL
United KingdomInternet address: https://www.judiciary.gov.uk/
VI.4.2)Body responsible for mediation procedures
Royston Police Staiton, Melbourn Street
United Kingdom
VI.4.3)Review procedure
Please see article 54.5 of Part 54 of the Judicial Review and Statutory Review procedure available at https://www.justice.gov.uk/courts/procedure-rules/civil/rules/part54#54.5
VI.4.4)Service from which information about the review procedure may be obtained
Royston Police Staiton, Melbourn Street
Royston
SG8 7BZ
United Kingdom
E-mail: ProcurementEnquiries@herts.pnn.police.uk
VI.5)Date of dispatch of this notice: