Section one: Contracting authority
one.1) Name and addresses
Merseyside Police - Procurement Department
Police Headquarters, Canning Place
Liverpool
L1 8JX
Contact
Pauline Totton
pauline.totton@merseyside.pnn.police.uk
Telephone
+44 1517771926
Country
United Kingdom
NUTS code
UKD7 - Merseyside
National registration number
N/A
Internet address(es)
Main address
http://www.merseyside.police.uk
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/32215
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40884&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40884&B=BLUELIGHT
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
Minor Works Framework
Reference number
PCC/PD/170
two.1.2) Main CPV code
- 45216125 - Emergency-services building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
A restricted list of companies is to be selected to provide project services on a mini- competition basis for the following Lots, which will be managed by the Corporate Assets Department of Merseyside Police: -
- Building works
- Mechanical works
- Electrical works
The service required is for all of the above lots and expressions for particular lots only will be disregarded.
Scope: -
- Planned minor refurbishment works, within the scope of the service lots - in line with the below value bands
- Tenders will be invited for individual projects within the value band of £0 to £1,500,000 which will likely contain elements from all of the above lots. The successful contractor will be responsible for procuring and coordinating all works with their own resources and supply chain.
two.1.5) Estimated total value
Value excluding VAT: £7,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45350000 - Mechanical installations
- 45351000 - Mechanical engineering installation works
- 51100000 - Installation services of electrical and mechanical equipment
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
- 45216120 - Construction work for buildings relating to emergency services
- 45210000 - Building construction work
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
Main site or place of performance
Merseyside
two.2.4) Description of the procurement
A restricted list of companies is to be selected to provide project services on a mini- competition basis for the following Lots, which will be managed by the Corporate Assets Department of Merseyside Police: -
- Building works
- Mechanical works
- Electrical works
The service required is for all of the above lots and expressions for particular lots only will be disregarded.
Scope: -
- Planned minor refurbishment works, within the scope of the service lots - in line with the below value bands
- Tenders will be invited for individual projects within the value band of £0 to £1,500,000 which will likely contain elements from all of the above lots. The successful contractor will be responsible for procuring and coordinating all works with their own resources and supply chain.
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: £7,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 April 2022
End date
31 March 2027
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.2.13) 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
Restricted 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: 6
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Investment of time and resource to establish appropriate working relationships
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 January 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 January 2022
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: 3 (from the date stated for receipt of tender)
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
High Court of England and Wales
Royal Court of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Standstill period will be observed