Estates Consultancy Framework Devon and Cornwall Constabulary
Devon and Cornwall Police, acting as Lead Force, are seeking to award a framework agreement for the supply of Estate Consultancy Services on behalf of the southwest regional Police Forces.
UK-Exeter: architectural, construction, engineering and inspection services
2012/S 37-060164
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Devon and Cornwall Constabulary
Procurement Department, Procurement Department
Contact point(s): Ms Mandy Reid
For the attention of: Ms Mandy Reid
EX2 7HQ Exeter
UNITED KINGDOM
Telephone: +44 1392452482
E-mail: mandy.reid@devonandcornwall.pnn.police.uk
Internet address(es):
Address of the buyer profile: http://www.bluelight.gov.uk
Section II: Object of the contract
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Main place of performance shall be within the individual counties for the participating forces as identified in the PQQ documentation.
NUTS code UKK
Number of participants to the framework agreement envisaged: 16
Duration of the framework agreement
Duration in years: 2
The South West Region includes the Police Forces of Avon and Somerset, Devon and Cornwall, Dorset, Gloucester, and Wiltshire. This Framework will not include the requirements of Wiltshire Police whose requirements are significantly different from the other Forces within the SW region. Wiltshire operate a fully managed outsourced consultancy service for Estates which is not within the scope of this framework to provide. The requirements of the other four Forces and possibly other emergency services shall be included within this framework.
71000000, 70000000
Tenders may be submitted for one or more lots
Information about lots
Lot No: 1 Lot title: Cornwall
A – architecture,
B – engineering,
C – cost management,
D – health & safety,
E – client advisor.
71000000, 70000000
A – architecture,
B – engineering,
C – cost management,
D – health & safety,
E – client advisor.
71000000, 70000000
A – architecture,
B – engineering,
C – cost management,
D – health & safety,
E – client advisor,
F – commercialselling agent.
71000000, 70000000
A – architecture,
B – engineering,
C – cost management,
D – health & safety,
E – client advisor.
71000000, 70000000
A – architecture,
B – engineering,
C – cost management,
D – health & safety,
E – client advisor,
F – strategic estate management,
G – estates strategic planning advice,
H – annual property inspections.
71000000, 70000000
Section III: Legal, economic, financial and technical information
Description of particular conditions: Any such conditions will be set out in the ITT and contractual documentation.
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
As identified within the PQQ documentation.
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
As identified within the PQQ documentation.
Minimum level(s) of standards possibly required: As identified within the PQQ documentation.
As identified within the PQQ documentation.
Minimum level(s) of standards possibly required:
As identified within the PQQ documentation.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As identified within the PQQ documentation.
Payable documents: no
Additional information about authorised persons and opening procedure: Devon and Cornwall Police Authority.
Section VI: Complementary information
2. The Authority reserves the right not to enter into any agreement or award any framework as a result of thiscontract notice and to vary or change or not to proceed with this competition at any stage of the procurementprocess.
3. The Authority shall not be responsible for any costs incurred by any organisation responding to this notice.
4. If any organisation considers that any information supplied by it to the Authority is commercially sensitive orconfidential in nature, this should be highlighted and the reasons for (and duration of) its commercial sensitivityor confidentiality specified. Each organisation should be aware that even where it has indicated that informationis commercially sensitive or confidential, the Authority may be required to disclose it pursuant to the Freedom ofInformation Act 2000 in response to a request where such disclosure is considered to be in the public interest.Please note that the receipt by the Authority of any materials marked “confidential” or equivalent shall not betaken to mean that the Authority accepts any duty of confidence by virtue of that marking.
Devon and Cornwall Police Authority
Procurement Department, Police Headquarters, Middlemoor
EX2 7HQ Exeter
UNITED KINGDOM
VI.5)Date of dispatch of this notice:21.2.2012