Section one: Contracting authority/entity
one.1) Name and addresses
Mayor's Office for Policing & Crime (Metropolitan Police Service)
LONDON
CommercialMailbox-.Construction@met.police.uk
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Building Works Framework Agreement
Reference number
2021/S 000-011502
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.2) Description
two.2.1) Title
Multi Lot Building Works Framework
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement at the time of conclusion of the contract:
The Authority 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.
Please refer to Contract Award Notice 2022/S 000-003130 for details of Lot structure and estimated values.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2022/S 000-003130
Section five. Award of contract/concession
Contract No
2022/S 000-003130
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
1 February 2022
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor/concessionaire
Coniston Ltd
Dartford
Country
United Kingdom
NUTS code
- UKI - London
Companies House
01688008
The contractor/concessionaire is an SME
Yes
five.2.3) Name and address of the contractor/concessionaire
Wates Property Services Limited
Leatherhead
Country
United Kingdom
NUTS code
- UKI - London
Companies House
01141788
The contractor/concessionaire is an SME
No
five.2.3) Name and address of the contractor/concessionaire
Vinci Construction UK Ltd
Watford
Country
United Kingdom
NUTS code
- UKI - London
Companies House
002295904
The contractor/concessionaire is an SME
No
five.2.3) Name and address of the contractor/concessionaire
Axis Europe PLC
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
01991637
The contractor/concessionaire is an SME
No
five.2.3) Name and address of the contractor/concessionaire
SW Bruce & Co. Ltd
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
03529448
The contractor/concessionaire is an SME
Yes
five.2.3) Name and address of the contractor/concessionaire
Willmott Dixon Interiors Limited
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
04118020
The contractor/concessionaire is an SME
No
five.2.3) Name and address of the contractor/concessionaire
Overbury PLC
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
836946
The contractor/concessionaire is an SME
No
five.2.3) Name and address of the contractor/concessionaire
Baxall Construction Limited
Paddock Wood
Country
United Kingdom
NUTS code
- UKI - London
Companies House
1079105
The contractor/concessionaire is an SME
Yes
five.2.3) Name and address of the contractor/concessionaire
Amber Construction Services Limited
Barking
Country
United Kingdom
NUTS code
- UKI - London
Companies House
4184802
The contractor/concessionaire is an SME
Yes
five.2.3) Name and address of the contractor/concessionaire
Dornan Engineering Services Limited
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
05799522
The contractor/concessionaire is an SME
No
five.2.3) Name and address of the contractor/concessionaire
Enerveo Ltd
Reading
Country
United Kingdom
NUTS code
- UKI - London
Companies House
02317133
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £200,000,000
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 minicompetitions 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
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 45000000 - Construction work
seven.1.3) Place of performance
NUTS code
- UKI - London
Main site or place of performance
London
seven.1.4) Description of the procurement:
The Authority selected a panel of contractors to undertake building works across the Metropolitan Police estate.
Framework value estimated at £200,000,000
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.
Please refer to Contract Award Notice 2022/S 000-003130 for details of Lot structure and estimated value.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£200,000,000
seven.1.7) Name and address of the contractor/concessionaire
Coniston Limited
Dartford
Country
United Kingdom
NUTS code
- UKI - London
Companies House
01688008
The contractor/concessionaire is an SME
No
seven.1.7) Name and address of the contractor/concessionaire
Wates Property Services Limited
Leatherhead
Country
United Kingdom
NUTS code
- UKI - London
Companies House
01141788
The contractor/concessionaire is an SME
No
seven.1.7) Name and address of the contractor/concessionaire
Vinci Construction UK Ltd
Watford
Country
United Kingdom
NUTS code
- UKI - London
Companies House
002295904
The contractor/concessionaire is an SME
No
seven.1.7) Name and address of the contractor/concessionaire
Axis Europe PLC
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
01991637
The contractor/concessionaire is an SME
No
seven.1.7) Name and address of the contractor/concessionaire
SW Bruce & Co. Ltd
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
03529448
The contractor/concessionaire is an SME
Yes
seven.1.7) Name and address of the contractor/concessionaire
Willmott Dixon Interiors Limited
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
04118020
The contractor/concessionaire is an SME
No
seven.1.7) Name and address of the contractor/concessionaire
Overbury PLC
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
836946
The contractor/concessionaire is an SME
No
seven.1.7) Name and address of the contractor/concessionaire
Baxall Construction Limited
Paddock Wood
Country
United Kingdom
NUTS code
- UKI - London
Companies House
1079105
The contractor/concessionaire is an SME
Yes
seven.1.7) Name and address of the contractor/concessionaire
Amber Construction Services Limited
Barking
Country
United Kingdom
NUTS code
- UKI - London
Companies House
4184802
The contractor/concessionaire is an SME
Yes
seven.1.7) Name and address of the contractor/concessionaire
Dornan Engineering Services Limited
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
05799522
The contractor/concessionaire is an SME
No
seven.1.7) Name and address of the contractor/concessionaire
Enerveo Ltd
Reading
Country
United Kingdom
NUTS code
- UKI - London
Companies House
02317133
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Change of upper Lot call-off thresholds:
Current upper thresholds:
Lot 1 Minor Works up to £500,000 (with option to extend to £750,000)
Lot 2 Intermediate Works between £500,000 and £5,000,000
Lot 3 Mechanical & Electrical works up to £1,000,000
Modify to new higher call off thresholds:
Lot 1 Minor Works up to £500,000 (with option to extend to £2,000,000)
Lot 2 Intermediate Works between £500,000 and £5,000,000 (with option to extend to £10,000,000)
Lot 3 Mechanical & Electrical works up to £5,000,000
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
72(1)(c)(i): Property Service Department's (PSD) original business case for the procurement of the current Building Works Framework (BWF) had considered its requirements carefully (in terms of scope, value and duration), and that Lot thresholds and quantum of expenditure did reflect the planned estate strategy and forward works programme anticipated in 2020/21. PSD did not, nor could not have anticipated, the additional volume of works that a refreshed estate strategy now presents to both enhance the estate, retain and refurbish buildings once identified for disposal, and to change many aspects of the estate to meet new initiatives Net Zero 2030 Mayoral pledges, with retrofitting the estate for major M&E and decarbonisation infrastructure, plus the roll-out of EV electric car charging infrastructure. These initiatives are also part of and included further changes as a results of the post Casey Review and Commissioner's Turnaround Plan.
The current framework was planned and procured with reference to the following key documents:
March 2021 - Governance business case sign off, with DMPC sign off by April 2021, setting out the scope, value and duration of the intended BWF.
May 2021 - Contract Notice published
February 2022 - Contract Award Notice published
February 2022 - Commencement and on-boarding of supply chain for service delivery over a four-year framework duration.
Significant decisions post procurement commencement the BWF include:
October 2021 - UK Gov't publishes its NZC Strategy: Building Back Greener
December 2021 - Commissioners response to and commitment to Mayoral targets, including NZC and the MPS's commitment to retrofit and energy efficiency on the MOPAC estates, to speed up London's progress to net zero by 2030, including a committed pipeline of buildings to retrofit by 2024.
January 2022 - Mayor of London announces policy to make London net zero by 2030
April 2023 - The 2021 - 2025 Estate Strategy has been reviewed in order to ensure alignment with the Turnaround Plan, whilst delivering on the MPS's mission of more trust, less crime and high standards. This work will assist in setting the MPS up for success over the longer term and delivery of the 2023 Turnaround Plan and other estate requirements.
72(1)(c)(ii): The Framework will deliver more of the same and will increase the upper Lot limits in order to provide resilience and ensure delivery to the required timescales particularly in the case of NZC funding commitments.
72(1)(c)(iii): No price increase to the original framework contract value beyond the provisions provided for by these Regulations.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £200,000,000
Total contract value after the modifications
Value excluding VAT: £200,000,000