Police Station Refurbishment Work Essex
Southend Police Station and Custody Suite Refurbishment Project – Main Contractor.
United Kingdom-Chelmsford: Building construction work
2014/S 078-134619
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
The Police and Crime Commissioner for Essex
PO Box 2, Springfield
Contact point(s): Procurement Services
For the attention of: Glynn Burrows / Max Hubbard
CM2 6DA Chelmsford
UNITED KINGDOM
Telephone: +44 1474366650
E-mail: procurementservices@kent.pnn.police.uk
Fax: +44 1474366659
Internet address(es):
General address of the contracting authority: http://www.essex.police.uk
Address of the buyer profile: http://www.kentpolice.bravosolution.co.uk
Electronic access to information: http://www.kentpolice.bravosolution.co.uk
Electronic submission of tenders and requests to participate: http://www.kentpolice.bravosolution.co.uk
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)
Section II: Object of the contract
Execution
Main site or location of works, place of delivery or of performance: Essex.
NUTS code UKH31
45210000, 45216000, 45216100, 45216110, 45300000, 45216111
Phase 1 – The police station will be unoccupied for approximately nine (9) months. This will include the replacement of the defective Crittall curtain walling, windows and doors to the main Southend Police Station with a new thermally broken double glazed powder coated aluminium system complete with safety/solar glass where required. Internal work in the main station will involve open plan offices, new suspended ceilings, floor finishes, decorations and renewal of the existing mechanical services (heating, hot & cold water services and mains water services) and the existing electrical services (new lighting/emergency lighting, new GP power, electrical supplies to mechanical plant, alterations to/renewal of data installation and the renewal of the existing fire alarm system). In addition the existing ground floor custody suite will be the demolished and a new thirty (30) cell custody suite will commence;
Phase 2 – The Police Station will be reoccupied whilst the construction of the new thirty (30) cell ground floor custody suite including associated mechanical, electrical & electronic services and a new first floor plant room continues for (approximately) an additional six (6) months.
The contract will be awarded using the JCT Standard Building Contract without Quantities 2011 and sub-contractor’s design along with the Essex Police modified Terms and Conditions. The total duration of the contract will be (approximately) fifteen (15) months with commencement planned for early (February) 2015.
The Commissioner will provide the main contractor with an Essex Police specialist list of Mechanical & Electrical Contractors to obtain competitive prices from and they will employ the successful contractors as domestic sub-contractors, all in accordance with the JCT Contract.
Estimated value excluding VAT:
Range: between 5 000 000 and 6 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: The Tenderer may not be any of the situations described in Article 45 of Directive 2004/18/EC.
1. Register your company on the eSourcing portal (this is only required once): Browse to the eSourcing Portal: https://kentpolice.bravosolution.co.uk and click the link to register, accept the terms and conditions and click “continue”, enter your correct business and user details, note the username you chose and click “Save” when complete, you will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender: Login to the portal with the username/password, click the “PQQs/ITTs Open To All Suppliers” link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier), click on the relevant PQQ/ITT to access the content, click the “Express Interest” button in the “Actions” box on the left-hand side of the page, this will move the PQQ/ITT into your “My PQQs/My ITTs” page. (This is a secure area reserved for your projects only), you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box.
3. Responding to the tender: You can now choose to “Reply” or “Reject” (please give a reason if rejecting), you can now use the ‘Messages’ function to communicate with the buyer and seek any clarification, note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ITT, there may be a mixture of on-line & off-line actions for you to perform (there is detailed on-line help available). You must then publish your reply using the publish button in the “Actions” box on the left-hand side of the page, If you require any further assistance please consult the on-line help, or contact the eTendering help desk.
Interested parties are required to complete the PQQ published on the BravoSolution website. Within the PQQ, interested parties may be asked to evidence the following, but not be limited to:
1) Details of similar contracts including value, types and recipients.
2) Details of references.
3) Details of commercial and technical facilities.
4) Company organisation details.
5) Details of quality procedures and accreditation.
6) Environmental policies.
7) Health and Safety policies.
8) Diversity and other employment policies.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: A full marking scheme is provided in the PQQ. Tenderers will need to demonstrate but not be limited to legal entity and trading history, economic and financial standing, technical capacity and ability, quality procedures, environmental policies and health and safety policies.
Section VI: Complementary information
The Police and Crime Commissioner for Essex intends to use an e-Tendering system in this procurement exercise. The tender and supporting documents must be priced in pounds sterling and all payments made under the terms of contract. The contract shall be made in England and according to English Law. The contract is subject to the exclusive jurisdiction of the English Courts. Interested Parties wishing to be considered for appointment as a provider of these supplies should submit a PQQ in compliance with the instructions and within the prescribed deadline. All discussions, correspondence, and all meetings will be conducted in English. Applicants should note that the use of a framework is not compulsory by any police authority or other law enforcement agency. The Commissioner reserves the right to award more than one framework agreement. This notice allows the Commissioner and all other UK Police Forces and law enforcement agencies and their statutory successors and organisations created as a result of reorganisation or organisational changes. Law enforcement agencies include the Home Office, a Police and Crime Commissioner (formally the Police Authority) established under section 3 of the Police Act 1996; a police authority established under section 2 of the Police (Scotland) Act 1967; the Northern Ireland Policing Board; the Home Office); and all non-geographic police forces and other law enforcement agencies shown at http://www.police.uk/forces.htm. The contracting authority reserves the right not to make any award and reserves the right to accept all or part of any tender. The Freedom of Information Act (“FOIA”) applies to the contracting authority. If any supplier considers that any information supplied by them is either commercially sensitive or confidential in nature this should be highlighted and the reasons for its sensitivity specified. In such cases the relevant material will, in response to FOI requests be examined in light of exemptions provided for in the Act.
The Royal Courts of Justice
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within one (1) month).
VI.5)Date of dispatch of this notice:17.4.2014