Opportunity

Building Fabric (Non Electrical) Planned / Reactive Maintenance & Small Capital Works

  • 7 Force Commercial Services

F02: Contract notice

Notice reference: 2023/S 000-026741

Published 11 September 2023, 8:19am



Section one: Contracting authority

one.1) Name and addresses

7 Force Commercial Services

Suffolk Constabulary

Martlesham Heath

IP5 3QS

Contact

Andrea Weed

Email

andrea.weed@suffolk.police.uk

Telephone

+44 01473613693

Country

United Kingdom

NUTS code

UKH1 - East Anglia

Internet address(es)

Main address

https://7force.force.com

Buyer's address

https://7force.force.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://7force.force.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://7force.force.com

Tenders or requests to participate must be submitted to the above-mentioned 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 Fabric (Non Electrical) Planned / Reactive Maintenance & Small Capital Works

Reference number

7F 2023 P025

two.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

two.1.3) Type of contract

Works

two.1.4) Short description

The Police and Crime Commissioner for Kent wish to establish a Framework Agreement for the provision of Building Fabric (Non electrical) Planned /Reactive Maintenance & Small Capital Works for a period of 4 years.

Works under this contract could include;

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Building reactive with planned works function

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 45216121 - Fire station construction work
  • 45332200 - Water plumbing work
  • 50000000 - Repair and maintenance services
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45216111 - Police station construction work
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex

two.2.4) Description of the procurement

The Contractor/s is required to provide inspection, testing, servicing and building services for emergency reactive works and planned maintenance.

The Contractor/s will have sufficient resources and labour with suitable levels of skills and experience to meet volume and the nature of works taking account authorities polices security vetting requirements, changing priorities and operational policing requirements.

The Contractor/s is required to provide for new building works, modifications and/or refurbishment of existing building and assets, as required. Works estimated through this contract scope may be as follows as current contracts dictate;
Building reactive with planned works function
*Cyclical decorations
*Residential building maintenance
*Custody suite maintenance
*Firearms Building maintenance
*WC Chemical inserts
Non fire doors and windows
Foul and surface water drainage
Water & Legionella Management

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: £900,000

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

Start date

1 February 2024

End date

31 January 2028

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Foul and surface water drainage

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 45232451 - Drainage and surface works
  • 45232411 - Foul-water piping construction work
  • 45111240 - Ground-drainage work
  • 45232452 - Drainage works
  • 45232450 - Drainage construction works
  • 90733500 - Surface water pollution drainage services

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex

two.2.4) Description of the procurement

The Contractor is required to provide inspection, testing, servicing and building services for emergency reactive works and planned maintenance.

The Contractor will have sufficient resources and labour with suitable levels of skills and experience to meet volume and the nature of works taking account authority polices security vetting requirements, changing priorities and operational policing requirements.

The Contractor is required to provide for new building works, modifications and/or refurbishment of existing building and assets, as required.

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: £1,200,000

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

Start date

1 February 2024

End date

31 January 2028

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Non fire doors and windows

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 44221000 - Windows, doors and related items
  • 45421100 - Installation of doors and windows and related components
  • 44221220 - Fire doors

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex

two.2.4) Description of the procurement

The Contractor is required to provide inspection, testing, servicing and building services for emergency reactive works and planned maintenance.

The Contractor will have sufficient resources and labour with suitable levels of skills and experience to meet volume and the nature of works taking account authority polices security vetting requirements, changing priorities and operational policing requirements.

The Contractor is required to provide for new building works, modifications and/or refurbishment of existing building and assets, as required.

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

Start date

1 February 2024

End date

31 January 2028

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Water & Legionella Management

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 71600000 - Technical testing, analysis and consultancy services
  • 45232430 - Water-treatment work
  • 50000000 - Repair and maintenance services
  • 90733400 - Surface water treatment services
  • 45232430 - Water-treatment work
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex

two.2.4) Description of the procurement

Annual Management and Testing

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: £600,000

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

Start date

1 February 2024

End date

31 January 2028

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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: 12

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

11 October 2023

Local time

12:00pm

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

Tender must be valid until: 11 March 2024

four.2.7) Conditions for opening of tenders

Date

13 October 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/

six.4.2) Body responsible for mediation procedures

BiP Solutions

Medius 60, Pacific Way

Glasgow

G51 1DZ

Country

United Kingdom

Internet address

https://www.bipsolutions.com/

six.4.4) Service from which information about the review procedure may be obtained

BiP Solutions

Medius 60, Pacific Way

Glasgow

G51 1DZ

Country

United Kingdom

Internet address

https://www.bipsolutions.com/