Tender

Minor Works Framework

  • Merseyside Police - Procurement Department

F02: Contract notice

Notice identifier: 2021/S 000-029181

Procurement identifier (OCID): ocds-h6vhtk-02f96c

Published 23 November 2021, 5:40pm



Section one: Contracting authority

one.1) Name and addresses

Merseyside Police - Procurement Department

Police Headquarters, Canning Place

Liverpool

L1 8JX

Contact

Pauline Totton

Email

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