The Framework Agreement for the Supply of Building Engineering Services.
Contract notice
Services
Section I: Contracting authority
The Mayor's Office for Policing and Crime (MOPAC) c/o Metropolitan Police Service
Commercial Services, 11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Paul Homshaw
SW6 1TR London
UNITED KINGDOM
Telephone: +44 1372865000
E-mail:
Fax: +44 1372865000
Internet address(es):
General address of the contracting authority: http://www.met.police.uk/
Further information can be obtained from: The Mayor's Office for Policing and Crime (MOPAC) c/o Metropolitan Police Service
Commercial Services, 11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Paul Homshaw
SW6 1TR London
UNITED KINGDOM
Telephone: +44 1372865000
E-mail:
Fax: +44 1372865000
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Mayor's Office for Policing and Crime (MOPAC) c/o Metropolitan Police Service
Commercial Services, 11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Paul Homshaw
SW6 1TR London
UNITED KINGDOM
Telephone: +44 1372865000
E-mail:
Fax: +44 1372865000
Tenders or requests to participate must be sent to: The Mayor's Office for Policing and Crime (MOPAC) c/o Metropolitan Police Service
Commercial Services, 11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Paul Homshaw
SW6 1TR London
UNITED KINGDOM
Telephone: +44 1372865000
E-mail:
Fax: +44 1372865000
The contracting authority is purchasing on behalf of other contracting authorities: yes
London Fire and Emergency Planning Authority (LFEPA)
London Fire Brigade, 169 Union Street
SE1 0LL London
UNITED KINGDOM
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UKI
Duration of the framework agreement
Duration in months: 48Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:Range: between 216 000 000 and 268 000 000 GBP
Lot 1:The Supply of Mechanical and Electrical Maintenance Services North.
Lot 2: The Supply of Mechanical and Electrical Maintenance Services South.
Lot 3:The Supply of General Building Works and Reactive Plumbing Services North.
Lot 4:The Supply of General Building Works and Reactive Plumbing Services South.
Tenders for multiple lots will be accepted, however suppliers will not be awarded more than one lot.
The MOPAC/MPS intend to enter into either a 3 or 5 year call off contract agreement, commencing April 2017, with unilateral options for the MOPAC/MPS to extend for no more than 2 or 2 years respectively (for a maximum of a 7 year contract duration).
The value of MOPAC expenditure on this framework agreement is anticipated to be 216 000 000 GBP (at February 2016 prices).
It is intended that London Fire and Emergency Planning Authority (LFEPA) will also have the right to call-off under the framework agreement. However, as at the date of this notice the MOPAC are unable to give any accurate indication of the likely demand from LFEPA for these services. If LFEPA were to enter into call-off contracts for the services on equivalent terms to the MOPAC anticipated call-off contract, the aggregate estimated value of all call-off contracts entered into under the framework agreement may be in the region of 268 000 000 GBP (at February 2016 prices).
71336000, 31600000, 24951230, 31210000, 71312000, 42124211, 09134100, 24951210, 24951220, 39525400, 71333000, 71334000, 19170000, 45210000, 45223000, 45300000, 45410000, 31711140, 39715100, 39715200, 39715210, 39715220, 39715230, 39715240, 51100000, 51200000, 51300000, 51400000, 51500000, 51600000, 51700000, 51800000, 42131160, 44165200, 39141500, 44420000, 44470000, 44221220
Tenders may be submitted for all lots
Tenders for multiple lots will be accepted, however suppliers will not be awarded more than one lot.
Lot 1:The Supply of Mechanical and Electrical Maintenance Services North.
Lot 2: The Supply of Mechanical and Electrical Maintenance Services South.
The provision of a full maintenance (reactive and planned) service for the M&E; Systems, Components, Equipment and Assets. The reactive and planned maintenance service should, if required, be able to be provided on a 24/7/365 basis.
Supply these services, including but not limited to, Planned Maintenance, Statutory Inspections and Compliance Testing and a reactive call out service for repair and replacement including but not limited to the asset, component, equipment and system types.
Lot 3:The Supply of General Building Works and Reactive Plumbing Services North.
Lot 4:The Supply of General Building Works and Reactive Plumbing Services South.
The Service comprises of the provision of General Building Works (GBW), maintenance service, to including reactive plumbing and drainage service.
This service includes but is not limited to; reactive maintenance, planned maintenance and small alteration and improvement works. The Reactive Services are to be supplied 24/7/365.
Estimated value excluding VAT:
Range: between 216 000 000 and 268 000 000 GBP
Description of these options: The MOPAC/MPS intend to enter into 3 or 5 year call off contract agreement, commencing April 2017, with unilateral options for the MOPAC/MPS to extend for no more than 2 or 2 years respectively (for a maximum of a 7 year contract duration).
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: The Supply of Mechanical and Electrical Maintenance Services North71336000, 42416000, 42419000, 50750000, 51511100, 44221200, 44221210, 44221211, 44221212, 44221213, 44221220, 44221230, 44221240, 19170000, 34928110, 34928120, 44421000, 44425000, 44521110, 45233280, 45248000, 63734000, 45350000, 50710000, 31216000, 51100000, 71321000, 71333000, 71334000, 45312310, 45312311, 09134100, 24951210, 24951220, 24951230, 31625100, 31625200, 44482000, 39525400, 45343220, 42122180, 51700000, 42124211, 71312000, 71314300
Range: between 91 200 000 and 107 500 000 GBP
71336000, 42416000, 42419000, 50750000, 51511100, 44221200, 44221210, 44221211, 44221212, 44221213, 44221230, 19170000, 34928110, 34928120, 44421000, 44425000, 44521110, 45233280, 45248000, 63734000, 45350000, 50710000, 31216000, 51100000, 71321000, 71333000, 71334000, 45312310, 45312311, 09134100, 24951210, 24951220, 24951230, 31625100, 31625200, 44482000, 39525400, 45343220, 42122180, 51700000, 42124211, 71312000, 71314300
Range: between 77 200 000 and 93 500 000 GBP
50700000, 44100000, 44212000, 45211000, 45212300, 45212410, 45213100, 45213200, 45213250, 45213300, 45213310, 45213312, 45213313, 45213320, 45213340, 45213350, 45216100, 45216110, 45216120, 45216125, 50710000, 71200000, 71310000
Range: between 27 400 000 and 37 100 000 GBP
50700000, 44100000, 44212000, 45211000, 45212410, 45213100, 45213200, 45213250, 45213300, 45213310, 45213313, 45213340, 45213350, 45216100, 45216110, 45216120, 45216125, 71200000, 71310000
Range: between 20 200 000 and 29 900 000 GBP
Section III: Legal, economic, financial and technical information
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
Description of particular conditions: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
Information and formalities necessary for evaluating if the requirements are met: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
Information and formalities necessary for evaluating if the requirements are met: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
Minimum level(s) of standards possibly required:Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
Prior information notice
Notice number in the OJEU: 2015/S 171-311153 of 4.9.2015
Section VI: Complementary information
Estimated timing for further notices to be published: 24.2.2019.
Helen Linklater
Commercial Services, 11th Floor, Empress State Building, Empress Approach, Lillie Road
SW6 1TR London
UNITED KINGDOM