Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Estates Works Framework

  • First published: 06 February 2020
  • Last modified: 06 February 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Police and Crime Commissioner for West Yorkshire
Authority ID:
AA34147
Publication date:
06 February 2020
Deadline date:
11 March 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This framework agreement will be tendered in seven geographical lots as listed below to establish whether local regional contractors are more able to service a particular region. However, any tenderer will be able to bid for any number of lots and providing they can demonstrate an ability to meet the service requirements of the lots bid for, in terms of resource, capacity and multiple/simultaneous delivery for clients in a single region or across all regions may be awarded any mix of, or all lots.

Lot 1: West Yorkshire region;

Lot 2: South Yorkshire region;

Lot 3: North Yorkshire region;

Lot 4: Humberside region;

Lot 5: Cleveland;

Lot 6: Durham;

Lot 7: Northumbria.

The type, size, complexity and value of works will vary. Typically, it will consist of, but not be limited to, the following:

— office refurbishment works,

— welfare refurbishments – kitchen, toilets, etc.,

— garaging,

— external fabric works,

— new build or extension works,

— delivery of specialist upgrade works within areas of custody, dog section and mounted,

— associated works such as mechanical, electrical, and structural.

The appointed contractor(s) will provide a broad range of services, these include, but are not limited to:

(a) acting as principal contractor and principal designer in accordance with CDM 2015 Regulations for the duration of a project for which they are appointed;

(b) carry out design works and surveys (where required) as per the stages set out in the RIBA plan of works, to enable a project delivery from inception to completion, in line with current legislation, force and statutory requirements.

The appointed contractor(s) will be required to have access to various professional services in order to deliver the aforementioned. Typically, it will consist of, but not be limited to, the following:

— architects (including landscape),

— structural engineers,

— surveyors (building and land),

— drainage surveys,

— interior designers,

— planning consultants,

— principal designers,

— asbestos surveyors,

— mechanical and electrical designers.

The appointed contractor(s) will be required to have access to appropriately skilled, qualified operatives and an appropriate network of sub-contract and supply chain partners to enable them to deliver works.

The below customers will be able to call off from this framework agreement:

West Yorkshire Police;

North Yorkshire Police;

South Yorkshire Police;

Humberside Police;

West Yorkshire Fire and Rescue;

North Yorkshire Fire and Rescue;

South Yorkshire Fire and Rescue;

Humberside Fire and Rescue;

Yorkshire Ambulance Service;

Cleveland Police;

Northumbria Police;

Durham Police.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Police and Crime Commissioner for West Yorkshire

n/a

Ploughland House, 62 George Street

Wakefield

WF1 1DL

UK

Contact person: Andy Balmond

Telephone: +44 7464983774

E-mail: andy.balmond@southyorks.pnn.police.uk

NUTS: UKC

Internet address(es)

Main address: https://uk.eu-supply.com

I.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=30801&B=BLUELIGHT


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=30801&B=BLUELIGHT


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Estates Works Framework

Reference number: 1737-2018

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

A framework agreement to serve all police forces in the North East Region, Fire and rescue Services in the Yorkshire and Humber Region and the Yorkshire Ambulance Service as detailed in the procurement documents.

The works involved are principally general building works, including contractors design when required. In addition some new build and civil engineering works may also be included. The full list of accessing bodies is detailed within VI.3).

II.1.5) Estimated total value

Value excluding VAT: 77 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1: West Yorkshire region;

Lot 2: South Yorkshire region;

Lot 3: North Yorkshire region;

Lot 4: Humberside region;

Lot 5: Cleveland;

Lot 6: Durham;

Lot 7: Northumbria.

II.2) Description

Lot No: 1

II.2.1) Title

Estates Works Framework

II.2.2) Additional CPV code(s)

45100000

45200000

45300000

45400000

71000000

II.2.3) Place of performance

NUTS code:

UKC


Main site or place of performance:

West Yorkshire, WF1 1DL.

II.2.4) Description of the procurement

This framework agreement will be tendered in seven geographical lots as listed below to establish whether local regional contractors are more able to service a particular region. However, any tenderer will be able to bid for any number of lots and providing they can demonstrate an ability to meet the service requirements of the lots bid for, in terms of resource, capacity and multiple/simultaneous delivery for clients in a single region or across all regions may be awarded any mix of, or all lots.

Lot 1: West Yorkshire region;

Lot 2: South Yorkshire region;

Lot 3: North Yorkshire region;

Lot 4: Humberside region;

Lot 5: Cleveland;

Lot 6: Durham;

Lot 7: Northumbria.

The type, size, complexity and value of works will vary. Typically, it will consist of, but not be limited to, the following:

— office refurbishment works,

— welfare refurbishments – kitchen, toilets, etc.,

— garaging,

— external fabric works,

— new build or extension works,

— delivery of specialist upgrade works within areas of custody, dog section and mounted,

— associated works such as mechanical, electrical, and structural.

The appointed contractor(s) will provide a broad range of services, these include, but are not limited to:

(a) acting as principal contractor and principal designer in accordance with CDM 2015 Regulations for the duration of a project for which they are appointed;

(b) carry out design works and surveys (where required) as per the stages set out in the RIBA plan of works, to enable a project delivery from inception to completion, in line with current legislation, force and statutory requirements.

The appointed contractor(s) will be required to have access to various professional services in order to deliver the aforementioned. Typically, it will consist of, but not be limited to, the following:

— architects (including landscape),

— structural engineers,

— surveyors (building and land),

— drainage surveys,

— interior designers,

— planning consultants,

— principal designers,

— asbestos surveyors,

— mechanical and electrical designers.

The appointed contractor(s) will be required to have access to appropriately skilled, qualified operatives and an appropriate network of sub-contract and supply chain partners to enable them to deliver works.

The below customers will be able to call off from this framework agreement:

West Yorkshire Police;

North Yorkshire Police;

South Yorkshire Police;

Humberside Police;

West Yorkshire Fire and Rescue;

North Yorkshire Fire and Rescue;

South Yorkshire Fire and Rescue;

Humberside Fire and Rescue;

Yorkshire Ambulance Service;

Cleveland Police;

Northumbria Police;

Durham Police.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 77 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Interested parties should note that we will be holding a bidders' day on Monday the 17th February. The location is to be confirmed but it will be held in West Yorkshire. You should reserve your place by emailing procurement@southyorks.pnn.police.uk

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 7

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 11/03/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 11/03/2020

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

7 Rools Buildings, Fetter Lane

London

EC4A 1NL

UK

Internet address(es)

URL: http://www.judiciary.gov.uk

VI.5) Date of dispatch of this notice

03/02/2020

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45400000 Building completion work Construction work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45100000 Site preparation work Construction work
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
andy.balmond@southyorks.pnn.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.