By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

The Framework Agreement for the Supply of Building Engineering Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

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

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities

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

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Framework Agreement for the Supply of Building Engineering Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services

NUTS code UKI

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 48

Estimated 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
II.1.5)Short description of the contract or purchase(s)
Framework for the supply of Building Engineering Services. The framework consists of 4 lots.
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).
II.1.6)Common procurement vocabulary (CPV)

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

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Mayors Office for Policing and Crime (MOPAC) as the contracting authority is tendering for the provision Building Engineering Services and General Building Works Services. The Framework consists of 4 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
II.2.2)Information about options
Options: yes
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)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: The Supply of Mechanical and Electrical Maintenance Services North
1)Short description
Provision of a full (reactive and planned) service for the Maintenance of ME (Mechanical and Electrical) Plant and Equipment, BMS Systems, Diesel UPS, Fire Alarm and Prevention Systems, Lightning Protection/Conductors and Statutory Inspections associated with this Mechanical and Electrical Plant and Equipment. The reactive and planned maintenance service must be provided on a 24/7/365 basis North of the River Thames. Including but not limited to, Planned Maintenance, Statutory Inspections and compliance Testing; reactive call out service for repair and replacement; small works projects generally up to an approved threshold value of 5 000 GBP although this may be exceeded at the discretion of the Authority. 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).
2)Common procurement vocabulary (CPV)

71336000, 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

3)Quantity or scope
Estimated value excluding VAT:
Range: between 91 200 000 and 107 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: The Supply of Mechanical and Electrical Maintenance Services South
1)Short description
Provision of a full (reactive and planned) service for the Maintenance of ME (Mechanical & Electrical) Plant and Equipment, BMS Systems, Diesel UPS, Fire Alarm and Prevention Systems, Lightning Protection/Conductors and Statutory Inspections associated with this Mechanical and Electrical Plant and Equipment. The reactive and planned maintenance service must be provided on a 24/7/365 basis South of the River Thames. Including but not limited to, Planned Maintenance, Statutory Inspections and compliance Testing; reactive call out service for repair and replacement; small works projects generally up to an approved threshold value of 5 000 GBP although this may be exceeded at the discretion of the Authority. 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).
2)Common procurement vocabulary (CPV)

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

3)Quantity or scope
Estimated value excluding VAT:
Range: between 77 200 000 and 93 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: The Supply of General Building Works and Reactive Plumbing Services North
1)Short description
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 North of the River Thames. 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).
2)Common procurement vocabulary (CPV)

50700000, 44100000, 44212000, 45211000, 45212300, 45212410, 45213100, 45213200, 45213250, 45213300, 45213310, 45213312, 45213313, 45213320, 45213340, 45213350, 45216100, 45216110, 45216120, 45216125, 50710000, 71200000, 71310000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 27 400 000 and 37 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: The Supply of General Building Works and Reactive Plumbing Services South
1)Short description
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 South of the River Thames. 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).
2)Common procurement vocabulary (CPV)

50700000, 44100000, 44212000, 45211000, 45212410, 45213100, 45213200, 45213250, 45213300, 45213310, 45213313, 45213340, 45213350, 45216100, 45216110, 45216120, 45216125, 71200000, 71310000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 20 200 000 and 29 900 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees 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

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

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

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

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

III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes

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

III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

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

III.2.2)Economic and financial ability

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

III.2.3)Technical capacity
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

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

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 8

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

IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
A6QF-YGUURV
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 171-311153 of 4.9.2015

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
1.7.2016 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
31.5.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 24.2.2019.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Helen Linklater
Commercial Services, 11th Floor, Empress State Building, Empress Approach, Lillie Road
SW6 1TR London
UNITED KINGDOM

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
26.2.2016