Section one: Contracting authority
one.1) Name and addresses
Mayor's Office for Policing & Crime (Metropolitan Police Service)
LONDON
CommercialMailbox-.Construction@met.police.uk
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
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
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.