Electrical Work and Services Framework
Minor Mechanical and Electrical Works and Services of Works which include: Minor works/improvements / extensions; Internal layout alterations both structural / non-structural.
United Kingdom-Kempston: Refurbishment work
2015/S 240-434885
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
BCH Procurement (Representing The Police and Crime Commissioners for Bedfordshire, Cambridgeshire and Hertfordshire )
N/A
Bedfordshire Police Headquarters
For the attention of: Jim Bates
MK43 9AX Kempston
UNITED KINGDOM
Telephone: +44 1234842363
E-mail: jim.bates@bedfordshire.pnn.police.uk
Internet address(es):
General address of the contracting authority: http://www.bedfordshire.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/29016
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14188&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14188&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
The Police and Crime Commissioner for Bedfordshire
Woburn Road
MK43 9AX Kempston
UNITED KINGDOM
The Police and Crime Commissioner for Bedfordshire
South Cambridgeshire Hall, Cambourne Business Park, Cambourne
CB23 6EA Cambridge
UNITED KINGDOM
The Police and Crime Commissioner for Bedfordshire
Harpenden Police Station, 15 Vaughan Road
AL5 4EL Harpenden
UNITED KINGDOM
Bedfordshire Fire And Rescue Service
Southfields Road
MK42 7NR Kempston
UNITED KINGDOM
Cambridgeshire Fire And Rescue Service
Hinchingbrooke Cottage, Brampton Road
PE29 2NA Huntingdon
UNITED KINGDOM
Hertfordshire Fire And Rescue Service
SHQ, Old London Road
SG13 7LD Hertford
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: Police and Fire Stations in Bedfordshire, Cambridgeshire and Hertfordshire.
NUTS code UKH
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 21
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 0 and 5 000 000 GBP
Frequency and value of the contracts to be awarded: Not known.
II.1.5)Short description of the contract or purchase(s)
— Minor works/improvements / extensions;
— Internal layout alterations both structural / non-structural;
— New Build / Refurbishment;
— Design and Build of any new Sites/Buildings acquired by the Constabulary for Police purposes;
— Maintenance works and services (optional).
II.1.6)Common procurement vocabulary (CPV)
45453100, 45310000, 45311000, 45311100, 45311200, 45315000, 45317000, 45317100, 50116100, 50532000, 50532400, 50710000, 50711000,50712000, 51100000, 51110000, 51120000, 45216100, 45232141, 45259000, 45331100, 45331110, 45331200, 45331230, 45350000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— Minor works/improvements / extensions;
— Internal layout alterations both structural / non-structural;
— New Build / Refurbishment;
— Design and Build of any new Sites/Buildings acquired by the Constabulary
for Police purposes;
— Maintenance works & services (optional).
The framework will be available for a 4 year period.
The estimated annual value of work is as follows, but there are no guarantees of any value or volume of work to be offered or of any share of the work.
The estimated annual value of the framework is as follows:
— Bedfordshire Police — GBP 250 000
— Cambridgeshire Constabulary — GBP 250 000
— Hertfordshire Constabulary — GBP 450 000
— Options — GBP 250 000
Please note that the Authorities have a separate planned and reactive maintenance agreement and this framework is for new work and services not covered by the framework, although maintenance is included as an option.
The Authorities have the right not to use the framework if it does not provide value for money.
There will be 5 lots:
Lot 1 — Electrical work and services (including minor mechanical work) framework of 3 companies (direct award) for opportunities up to GBP 30 000;
Lot 2 — Mechanical work and services (including minor electrical work) framework of 3 companies (direct award) for opportunities up to GBP 30 000;
Lot 3 — Combined mechanical & electrical work and services framework of three companies (direct award) for opportunities up to GBP 30 000;
Lot 4 — Electrical work and services (including minor mechanical work) framework of 6 companies (mini competition) for opportunities over GBP 30 000 to GBP 250 000;
Lot 5 — Mechanical work & services (including minor electrical work) framework of 6 companies (mini competition) for opportunities over GBP 30 000 to GBP 250 000.
Lots 1 to 3 includes emergency works and services not covered by the maintenance contract.
Estimated value excluding VAT:
Range: between 0 and 5 000 000 GBP
II.2.2)Information about options
Description of these options: Options are the inclusion of (1) Bedfordshire Fire and Rescue Service, Cambridgeshire Fire and Rescue Service, Hertfordshire Fire and Rescue Service. (2) Maintenance and repair not covered by the existing Maintenance Contract. (3) 5 year Periodic Testing.
II.2.3)Information about renewals
Information about lots
Lot No: 1 Lot title: Electrical work and services up to GBP 30 000
1)Short description
Constabularies electrical work and services (including minor mechanical work) framework of three companies (direct award) for opportunities up to GBP 30 000 and for emergency works and services not covered by the maintenance contract; where all the terms governing the provision of the works, services and supplies are set out in the framework.
2)Common procurement vocabulary (CPV)
45310000, 45216100, 45232141, 45259000, 45311000, 45311100, 45311200, 45315000, 45317000, 45317100, 45331100, 45331110, 45331200,45331230, 45350000, 45453100, 50116100, 50532000, 50532400, 50710000, 50711000, 50712000, 51100000, 51110000, 51120000
Lot No: 2 Lot title: Mechanical Work & Services up to GBP 30 000
1)Short description
2)Common procurement vocabulary (CPV)
45350000, 45216100, 45232141, 45259000, 45310000, 45311000, 45311100, 45311200, 45315000, 45317000, 45317100, 45331100, 45331110,45331200, 45331230, 45453100, 50116100, 50532000, 50532400, 50710000, 50711000, 50712000, 51100000, 51110000, 51120000
Lot No: 3 Lot title: Combined Mechanical & Electrical Work & Services up to GBP 30 000
1)Short description
2)Common procurement vocabulary (CPV)
45453100, 45216100, 45232141, 45259000, 45310000, 45311000, 45311100, 45311200, 45315000, 45317000, 45317100, 45331100, 45331110,45331200, 45331230, 45350000, 50116100, 50532000, 50532400, 50710000, 50711000, 50712000, 51100000, 51110000, 51120000
Lot No: 4 Lot title: Electrical Work & Services over £30,000 to £250,000
1)Short description
2)Common procurement vocabulary (CPV)
45310000, 45216100, 45232141, 45259000, 45311000, 45311100, 45311200, 45315000, 45317000, 45317100, 45331100, 45331110, 45331200,45331230, 45350000, 45453100, 50116100, 50532000, 50532400, 50710000, 50711000, 50712000, 51100000, 51110000, 51120000
Lot No: 5 Lot title: Mechanical Works & Services over GBP 30 000 to GBP 250 000
1)Short description
2)Common procurement vocabulary (CPV)
45232141, 45216100, 45259000, 45310000, 45311000, 45311100, 45311200, 45315000, 45317000, 45317100, 45331100, 45331110, 45331200,45331230, 45350000, 45453100, 50116100, 50532000, 50532400, 50710000, 50711000, 50712000, 51100000, 51110000, 51120000
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
In regards to company assessment.
Minimum level(s) of standards possibly required:
Company Assessments will be weighted as follows: Contract Experience 50 %, Health & Safety 25 %, Environment 12.5 % and Quality 12.5 %. The applicants will have to get minimum weighted score of 60 %.
Applications will be disqualified for an unacceptable response and / or disqualified for one unacceptable /zero score; three or more very poor (or worse) answers or five or more poor (or worse) responses received in each section or in each scenario, where these do not meet the minimum standard after any clarification response has been received or if the bidder’s prices are considered abnormally low.
The Company Assessment will be scored against the CDM 2015 regulations guidance in respect of health & safety, the ISO9000 principles and process guidance in respect of quality and the ISO14000 principles will be scored on the WRAP EMS guide Mar 2015.
9. The Scenarios will be scored against the following criteria which will be equally weighted: method statement, risk assessment / safe systems of work, programme / phase plan, key staff skills / experience/ resources / management and coordination of the work and price (with breakdown). The price will be scored on the percentage greater than the lowest and equally weighted with the other scenario criteria, assuming the price breakdown is acceptable and there are no abnormally low bids (which will be disqualified). The applicants will need to get a weighted minimum overall score of 24 for the electrical scenarios and/or a weighted minimum score of 24 for the mechanical scenarios to be considered for that type of work.
11. Prices will be evaluated on the percentage calculation between the tenderer‘s bid and the lowest price tendered, where the lowest bid is marked at the highest weighted score and higher bids are scored lower based on the percentage difference. A price can be negatively scored based on the above calculation and may be disqualified if they get zero score using the median price as a base if the evaluators believe the bid is uncompetitive.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Labour Charge Standard Hours. Weighting 20
2. Labour Charge Overtime 1. Weighting 20
3. Labour Charge Overtime 2. Weighting 10
4. Materials / Plant / Profit % Mark Up. Weighting 10
5. Scenarios. Weighting 40
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
High Court (England, Wales and Northern Ireland)
Internet address: https://www.judiciary.gov.uk
VI.5)Date of dispatch of this notice: