Opportunity

Metropolitan Police Construction Professional Services Framework

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

F02: Contract notice

Notice reference: 2021/S 000-014534

Published 25 June 2021, 2:16pm



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

Metropolitan Police Construction Professional Services Framework

Reference number

Coupa Event #186

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is seeking to establish a Framework divided into five Lots for the provision of a combination of both multi-disciplinary and single discipline construction services, including design services (Architect, Principal / Lead Designer, Structural and Civil Engineer and Building Services), a design service including project and cost management, also single disciplines such as independent project and cost management services and independent engineering design services plus a Building Control service. The Authority wishes to appoint a panel of multi-disciplinary and specialist consultants to support the MPS. The term of the Framework will be 48 months. The Authority is proposing to appoint a range of service providers across five individual Lots. All service disciplines are necessary for the completion and delivery of a diverse range of construction projects which will be predominantly refurbishment schemes through RIBA Works Stages 0 to 7. The value of the schemes is likely to range from £50,000 to £5,000,000 but may extend beyond this for certain individual projects. A further detailed description of the specific services per Lot is set out in the Statement of Service Requirements (SoSR) document which is included in the procurement documents.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

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:

Bidders may submit a tender for both Lots 1 and 3 or for both Lots 2 and 3. No other combination of Lots is allowed.

e.g.

i. A Bidder bidding for Lot 1 can also choose to bid for Lot 3 but cannot bid for Lot 2 or Lot 4 or Lot 5

ii. A Bidder bidding for Lot 2 can also choose to bid for Lot 3 but cannot bid for Lot 1, Lot 4 or Lot 5

iii. A Bidder bidding for Lot 3 can also choose to bid for either Lot 1 or Lot 2 but cannot bid for both Lot 1 and 2 together and cannot bid for Lot 4 or Lot 5

The maximum number of Lots that may be awarded to one Bidder is 2 but only in the case of the above combinations.

two.2) Description

two.2.1) Title

Lot 1 - Design Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London

two.2.4) Description of the procurement

Design services: Architect, Principal / Lead Designer, Structural and Civil Engineer and Building Services for a range of projects typically in the construction value range of £100,000 to £5,000,000 but with the ability to be used on both smaller and larger projects if required. The majority of projects will be building refurbishment projects using a traditional, fully designed procurement route. Up to 5 suppliers, with an expected total spend through the Lot of approximately £21,000,000.

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: £21,000,000

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 - Project & Cost Management Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London

two.2.4) Description of the procurement

Project and Cost Management services for a range of projects typically in the construction value range of £100,000 to £5,000,000 but with the ability to be used on both smaller and larger projects if required. The majority of projects will be building refurbishment projects using a traditional, fully designed procurement route. Up to 4 suppliers, with an expected total spend through the Lot of approximately £11,500,000.

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: £11,500,000

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 - Project & Cost Management & Design Services for Minor Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London

two.2.4) Description of the procurement

Project & Cost Management & Design Services for small and fast track projects, typically with a construction value up to £500,000. The majority of projects will be small building refurbishment projects using a traditional, full design procurement route. Up to 3 suppliers and an expected total spend through the Lot of approximately £4,000,000

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: £4,000,000

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 - Engineering Design Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London

two.2.4) Description of the procurement

Engineering Design Services, Principal Designer, Mechanical & Electrical building services and minor structural engineering services for projects with a construction value typically in the range of between £50,000 and £2,000,000. The majority of projects will be services and plant upgrades, services replacements, data and security installations and small scale structural works relating to buildings, cladding and small structures. Up to 3 suppliers and an expected total fee spend through the Lot of approximately £3,000,000.

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: £3,000,000

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 5 - Building Control Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London

two.2.4) Description of the procurement

Building Control services and advice. 1 supplier with an expected total fee spend through the Lot of £500,000.

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: £500,000

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 the 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

The Authority reserves the right to require a consortium participating in this procurement process to be legally incorporated to enter into the Framework Agreement, if successful.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

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

26 July 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

27 July 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 services for which the bidders 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 services through either the Framework or through individual Lots.

e. The Authority reserves the right to increase or decrease the volume of service 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 bidders which will include full information on

the award decision. The standstill period which will be for 10 calendar days provides time for unsuccessful bidders 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.