Tender

Building Works Framework Agreement

  • Mayor's Office for Policing & Crime (Metropolitan Police Service)

F02: Contract notice

Notice identifier: 2021/S 000-011502

Procurement identifier (OCID): ocds-h6vhtk-02b460

Published 24 May 2021, 2:43pm



Section one: Contracting authority

one.1) Name and addresses

Mayor's Office for Policing & Crime (Metropolitan Police Service)

LONDON

Email

CommercialMailbox-.Construction@met.police.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.met.police.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

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

Reference number

COUPA Portal Reference 98

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 seeks to select 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.

Suppliers wishing to participate in this open tender opportunity and view all associated documents are invited to register their interest via the following link:

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

The tender engagement will be hosted on the eTendering platform, Coupa. The event reference is 98.

For new users to be added to the MPS account, please contact the CLM mailbox: CommercialMailbox.-CLM@met.police.uk

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

A Bidder may submit a tender for both Lot 1 and Lot 4.

Bidders submitting a tender for Lot 2 cannot submit tenders for any other Lot.

Bidders submitting a tender for Lot 3 cannot submit tenders for any other Lot.

Maximum number of lots that may be awarded to one Bidder is 2 but only in the case of Lot 1 and Lot 4.

The contracting authority reserves the right to award contracts combining the following Lots or groups of Lots:

Lot 1 can be grouped with Lot 4

Lot 1 cannot be grouped with either Lot 2 or Lot 3.

Lot 2 cannot be grouped with either Lot 1 or Lot 3 or Lot 4.

Lot 3 cannot be grouped with either Lot 1 or Lot 2 or Lot 4.

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
    • IA24 - Reconditioning
    • IA25 - Refurbishment
    • IA26 - Removal

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

London

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.

Subject to capacity it is envisaged that 5 contractors will be appointed to Lot 1.

Contractors bidding for Lot 1 cannot bid for Lot 2 or Lot 3.

A contractor bidding for Lot 1 can bid for Lot 4.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £80,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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)
Main site or place of performance

London

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.

Subject to capacity it is envisaged that 4 contractors will be appointed to Lot 2.

Contractors who bid for Lot 2 cannot bid for Lot 1 or Lot 3 or Lot 4.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £80,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 3 Mechanical and Electrical Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services
    • 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)
Main site or place of performance

London

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.

Subject to capacity it is envisaged that 4 contractors will be appointed to Lot 3.

Contractors who bid for Lot 3 cannot bid for Lot 1 or Lot 2 or Lot 4.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £39,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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)
Main site or place of performance

London

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.

Contractors bidding for Lot 4 can also bid for Lot 1 but cannot bid for Lot 2 or Lot 3.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Refer to procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Guarantees or performance bonds may be required by the Authority in appropriate circumstances.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 14

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.2.2) Time limit for receipt of tenders or requests to participate

Date

23 June 2021

Local time

11:59pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 June 2021

Local time

12:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Email

CommercialMailbox-.Construction@met.police.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.