Met Police Building Works Framework
The Authority seeks to select a panel of contractors to undertake building works across the MPS estate.
United Kingdom-London: Construction work
2017/S 025-043474
Contract notice
Works
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: Jim Meadows (Category Manager)
E-mail: jim.meadows@met.pnn.police.uk
NUTS code: UK
Internet address(es):Main address: http://www.london.gov.uk/what-we-do/mayors-office-policing-and-crime-mopac
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40396
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Minor and Intermediate Building Works Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Authority seeks to select a panel of contractors to undertake building works across the MPS estate.
Works include:
Internal refurbishment and fit out of buildings, offices, stations, training facilities, etc.
Alteration and extension.
Decoration.
Public health engineering.
Mechanical and electrical installation.
Mechanical and electrical repair and replacements.
Internal fabric repairs, replacement and installation.
External fabric repairs, replacement and installation.
Demolition.
Asbestos removal.
New build works with the option to include design services.
Other relevant and necessary works and associated services.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 2 and Lot 3
Lot 1 cannot be grouped with either Lot 2 or Lot 3.
II.2.1)Title:
Lot 1 up to 500 000 GBP Building Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London and South East.
II.2.4)Description of the procurement:
Lot Number 1
Requirement of value up to 500 000 GBP.
Subject to capacity it is envisaged that 6 contractors will be appointed to Lot 1.
No contractor bidding for Lot 1 can bid for Lot 2 or Lot 3.
II.2.5)Award criteria
II.2.6)Estimated value
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 PQQ.
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 2 500 001 GBP to 5 000 000 GBP Building Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London and South East.
II.2.4)Description of the procurement:
Lot Number 2
500 001 GBP to 5 000 000 GBP.
Subject to capacity it is envisaged that 4 contractors will be appointed to Lot 2.
Contractors can bid for Lot 3 in addition to Lot 2.
II.2.5)Award criteria
II.2.6)Estimated value
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 PQQ.
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 5 000 001 GBP to 10 000 000 GBP Building Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London and South East.
II.2.4)Description of the procurement:
Lot Number 3
5 000 001 GBP to 10 000 000 GBP.
Subject to capacity it is envisaged that 4 contractors will be appointed to Lot 3.
Contractors can bid for Lot 2 in addition to Lot 3.
II.2.5)Award criteria
II.2.6)Estimated value
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 PQQ.
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:
Guarantees or performance bonds may be required by the Authority in appropriate circumstances.
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:
Kent Police, Essex Police, Surrey Police, Thames Valley Police and members of the GLA Group may access the Framework including; London Fire and Emergency, Planning Authority, Transport for London and London Legacy Development Corporation, London and Partners, London Travel Watch, London Pensions Fund Authority, London Waste and Recycling Board and Museum of London.
The Authority proposes to call off from the Framework Agreement primarily using mini-competitions but reserves the option to use a rotation system and direct awards where appropriate. The Authority will use certain rules to call off from the Framework Agreement which can be found in the Memorandum of Information.
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 contractor member of the Framework Agreement under an existing call-off additional works and services to the called-off works and services, which have become necessary (and were not included in the initial call off), where 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 original Call Off Agreement.
e. Award to a contractor member of the Framework Agreement under an existing call-off additional works and 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 original Call Off Agreement; and (iii) any increase in price does not exceed 50 % of the value of the original Call Off Agreement.
f. Award to a contractor member of the Framework Agreement under an existing call-off additional works and services where the value of the additional works and/or services does not exceed 15 % of the value of the original call-off.
VI.4.1)Review body
Empress State Building
London
SW6 1TR
United Kingdom
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: