West Yorkshire Police Estates Works Framework
A Framework Agreement to serve all police forces in the North East Region, Fire and rescue Services in the Yorkshire and Humber Region and the Yorkshire Ambulance Service. 7 Lots.
United Kingdom-Wakefield: Construction work
2020/S 026-060235
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: n/a
Postal address: Ploughland House, 62 George Street
Town: Wakefield
NUTS code: UKC
Postal code: WF1 1DL
Country: United Kingdom
Contact person: Andy Balmond
E-mail: andy.balmond@southyorks.pnn.police.uk
Telephone: +44 7464983774
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Estates Works Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
A framework agreement to serve all police forces in the North East Region, Fire and rescue Services in the Yorkshire and Humber Region and the Yorkshire Ambulance Service as detailed in the procurement documents.
The works involved are principally general building works, including contractors design when required. In addition some new build and civil engineering works may also be included. The full list of accessing bodies is detailed within VI.3).
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1: West Yorkshire region;
Lot 2: South Yorkshire region;
Lot 3: North Yorkshire region;
Lot 4: Humberside region;
Lot 5: Cleveland;
Lot 6: Durham;
Lot 7: Northumbria.
II.2.1)Title:
Estates Works Framework
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Yorkshire, WF1 1DL.
II.2.4)Description of the procurement:
This framework agreement will be tendered in seven geographical lots as listed below to establish whether local regional contractors are more able to service a particular region. However, any tenderer will be able to bid for any number of lots and providing they can demonstrate an ability to meet the service requirements of the lots bid for, in terms of resource, capacity and multiple/simultaneous delivery for clients in a single region or across all regions may be awarded any mix of, or all lots.
Lot 1: West Yorkshire region;
Lot 2: South Yorkshire region;
Lot 3: North Yorkshire region;
Lot 4: Humberside region;
Lot 5: Cleveland;
Lot 6: Durham;
Lot 7: Northumbria.
The type, size, complexity and value of works will vary. Typically, it will consist of, but not be limited to, the following:
— office refurbishment works,
— welfare refurbishments – kitchen, toilets, etc.,
— garaging,
— external fabric works,
— new build or extension works,
— delivery of specialist upgrade works within areas of custody, dog section and mounted,
— associated works such as mechanical, electrical, and structural.
The appointed contractor(s) will provide a broad range of services, these include, but are not limited to:
(a) acting as principal contractor and principal designer in accordance with CDM 2015 Regulations for the duration of a project for which they are appointed;
(b) carry out design works and surveys (where required) as per the stages set out in the RIBA plan of works, to enable a project delivery from inception to completion, in line with current legislation, force and statutory requirements.
The appointed contractor(s) will be required to have access to various professional services in order to deliver the aforementioned. Typically, it will consist of, but not be limited to, the following:
— architects (including landscape),
— structural engineers,
— surveyors (building and land),
— drainage surveys,
— interior designers,
— planning consultants,
— principal designers,
— asbestos surveyors,
— mechanical and electrical designers.
The appointed contractor(s) will be required to have access to appropriately skilled, qualified operatives and an appropriate network of sub-contract and supply chain partners to enable them to deliver works.
The below customers will be able to call off from this framework agreement:
West Yorkshire Police;
North Yorkshire Police;
South Yorkshire Police;
Humberside Police;
West Yorkshire Fire and Rescue;
North Yorkshire Fire and Rescue;
South Yorkshire Fire and Rescue;
Humberside Fire and Rescue;
Yorkshire Ambulance Service;
Cleveland Police;
Northumbria Police;
Durham Police.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Interested parties should note that we will be holding a bidders’ day on Monday the 17th February. The location is to be confirmed but it will be held in West Yorkshire. You should reserve your place by emailing procurement@southyorks.pnn.police.uk
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.4)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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Postal address: 7 Rools Buildings, Fetter Lane
Town: London
Postal code: EC4A 1NL
Country: United KingdomInternet address: http://www.judiciary.gov.uk
VI.5)Date of dispatch of this notice: