Section one: Contracting authority
one.1) Name and addresses
Mayor's Office for Policing & Crime
LONDON
CommercialMailbox-.Construction@met.police.uk
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Building Works Framework Agreement
two.1.2) Main CPV code
- 45000000 - Construction work
- IA01 - Design and construction
- IA04 - Exterior
- IA05 - Finishing work
- IA06 - Fitted
- IA08 - Floors
- IA09 - Interior
- IA10 - Modernisation
- IA11 - Modification
- IA13 - Reconstruction
- IA14 - Renovation and extension
- IA19 - Conversion
- IA23 - Overhaul and repair
- IA24 - Reconditioning
- IA25 - Refurbishment
- IA26 - Removal
- IA31 - Improvements
- IA36 - For buildings
- IA38 - For mechanical installations
- IA40 - Renovation
two.1.3) Type of contract
Works
two.1.4) Short description
The Authority has selected a panel of contractors to undertake building works across the Metropolitan Police estate.
Works include:
Internal refurbishment and fit out of buildings, offices, police 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.
Dangerous structures
Other relevant and necessary works and associated services.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £200,000,000
two.2) Description
two.2.1) Title
Lot 1 Minor Building Works
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- IA01 - Design and construction
- IA03 - Extension
- IA04 - Exterior
- IA05 - Finishing work
- IA06 - Fitted
- IA08 - Floors
- IA09 - Interior
- IA10 - Modernisation
- IA11 - Modification
- IA13 - Reconstruction
- IA14 - Renovation and extension
- IA15 - Replacement
- IA19 - Conversion
- IA25 - Refurbishment
- IA26 - Removal
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
Lot Number 1 is for Minor Building Works.
Requirement to call-off individual contracts of a value up to 500 000 GBP with an option to
increase to a value of up to 750 000 GBP on a project by project basis and at the discretion of the Authority.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: No
two.2.14) Additional information
Price is not the only award criterion and all criteria are stated only in the procurement
documents
two.2) Description
two.2.1) Title
Lot 2 Intermediate Building Works
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- IA01 - Design and construction
- IA03 - Extension
- IA04 - Exterior
- IA05 - Finishing work
- IA08 - Floors
- IA09 - Interior
- IA10 - Modernisation
- IA11 - Modification
- IA13 - Reconstruction
- IA14 - Renovation and extension
- IA19 - Conversion
- IA23 - Overhaul and repair
- IA24 - Reconditioning
- IA25 - Refurbishment
- IA26 - Removal
- IA31 - Improvements
- IA36 - For buildings
- IA38 - For mechanical installations
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
Lot Number 2 is for Intermediate Building Works
Call-off contracts to the value of between 500 001 GBP to 5 000 000 GBP.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: No
two.2.14) Additional information
Price is not the only award criterion and all criteria are stated only in the procurement
documents
two.2) Description
two.2.1) Title
Lot 3 Mechanical and Electrical Works
Lot No
3
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- IA01 - Design and construction
- IA06 - Fitted
- IA09 - Interior
- IA10 - Modernisation
- IA11 - Modification
- IA14 - Renovation and extension
- IA15 - Replacement
- IA19 - Conversion
- IA23 - Overhaul and repair
- IA24 - Reconditioning
- IA25 - Refurbishment
- IA26 - Removal
- IA27 - Renewal
- IA30 - Illuminated
- IA36 - For buildings
- IA37 - For insulation
- IA38 - For mechanical installations
- IA40 - Renovation
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
Lot Number 3 is for Mechanical and Electrical Works
Call-off contracts up to the value of 1 000 000 GBP.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: No
two.2.14) Additional information
Price is not the only award criterion and all criteria are stated only in the procurement
documents
two.2) Description
two.2.1) Title
Lot 4 Operational Support and Dangerous Structures
Lot No
4
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- IA01 - Design and construction
- IA11 - Modification
- IA13 - Reconstruction
- IA14 - Renovation and extension
- IA19 - Conversion
- IA23 - Overhaul and repair
- IA25 - Refurbishment
- IA26 - Removal
- IA27 - Renewal
- IA28 - Strengthening
- IA34 - Widening
- IA36 - For buildings
- IA38 - For mechanical installations
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
Lot 4 is for Operational Support and Dangerous Structures.
Call-off contract values up to 50 000 GBP with the option to increase value in order to respond reactively to operational requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-011502
Section five. Award of contract
Lot No
1
Title
Minor Works
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 February 2022
five.2.2) Information about tenders
Number of tenders received: 9
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Coniston Limited
Collingwood House, Schooner Court, Crossways,
Dartford
DA2 6QQ
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Wates Property Services Limited
Wates House, Station Approach,
Leatherhead
KT22 7SW
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.3) Name and address of the contractor
Vinci Construction UK Ltd
Astral House, Imperial Way,
Watford
WD24 4WW
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.3) Name and address of the contractor
Axis Europe PLC
Tramway House, Tramway Avenue,
London
E15 4PN
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.3) Name and address of the contractor
SW Bruce & Co. Ltd
Leytonstone House, Leytonstone,
London
E111GA
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £80,000,000
Total value of the contract/lot: £80,000,000
Section five. Award of contract
Lot No
2
Title
Intermediate Works
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 February 2022
five.2.2) Information about tenders
Number of tenders received: 11
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Willmott Dixon Interiors Limited
Spirella Building, Suite 201, The Spirella Building, Bridge Road,
Letchworth Garden City
SG6 4ET
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.3) Name and address of the contractor
Overbury PLC
Kent House, 14 - 17 Market Place,
London
W1W 8AJ
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.3) Name and address of the contractor
Baxall Construction Limited
Eastlands Estate, Maidstone Road,
Paddock Wood
TN12 6BU
Country
United Kingdom
NUTS code
- UKJ - South East (England)
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Amber Construction Services Limited
Unit 5 Rippleside Commercial Estate, Ripple Road,
Barking
IG11 0RJ
Country
United Kingdom
NUTS code
- UKJ - South East (England)
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £80,000,000
Total value of the contract/lot: £80,000,000
Section five. Award of contract
Lot No
3
Title
Meachanical & Electrical Works
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 February 2022
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Dornan Engineering Services Limited
114A Cromwell Road,
London
SW74ES
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.3) Name and address of the contractor
Enerveo Ltd
Number One Forbury Place, 43 Forbury Road,
Reading
RG1 3JH
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £39,000,000
Total value of the contract/lot: £39,000,000
Section five. Award of contract
Lot No
4
Title
Operational Support and Dangerous Structures
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 February 2022
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Wates Property Services Limited
Wates House, Station Approach,
Leatherhead
KT22 7SW
Country
United Kingdom
NUTS code
- UKJ - South East (England)
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,000,000
Total value of the contract/lot: £1,000,000
Section six. Complementary information
six.3) Additional information
This framework agreement will be available for use by the following other public sector
bodies:
Kent Police, Essex Police, Surrey Police, Thames Valley Police, City of London Corporation, City of London Police, National Crime Agency, and members of the Greater London Authority Group (GLA) may access the Framework including; London Fire Brigade, Transport for London, London Legacy Development Corporation, London and Partners, London Travel Watch, London Pensions Fund Authority, ReLondon and Museum of London. The Authority proposes to call off from the Framework Agreement either using mini-competitions or by direct awards where appropriate. The Authority will apply certain rules to call off from the Framework Agreement which can be found in the tender documents. 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.
d. There is no guarantee of the volumes of work through either the Framework or through individual Lots.
e. The Authority reserves the right to increase or decrease the volume of work in each Lot and/or the Framework as a whole depending upon the Authority's operational requirements to maintain the efficient management of the Metropolitan Police Estate during the Framework period.
six.4) Procedures for review
six.4.1) Review body
Mayor's Office for Policing & Crime
London
CommercialMailbox-.Construction@met.police.uk
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authority incorporated a standstill period. At that point information on the award of the Framework Agreement was communicated to tenderers which included full information on
the award decision. The standstill period was for 10 calendar days and provided time for unsuccessful tenderers to challenge the award decision before the contract was 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.