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

Framework Agreement for the Provision of Property Consultancy Services.

  • First published: 01 July 2015
  • Last modified: 01 July 2015

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 & Crime Commissioner for Essex
Authority ID:
AA28621
Publication date:
01 July 2015
Deadline date:
30 July 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This OJEU contract notice is giving notice of the procurement of a framework agreement.

The Police and Crime Commissioner for Essex (the ‘Contracting Authority’) intends to use the open procedure of the Public Contracts Regulations 2015 to procure a framework agreement (‘the Framework Agreement’).

The Contracting Authority intends to procure the Contract for its own benefit and for the benefit of the Kent Police and Crime Commissioner (together the ‘Participating Authorities’) to whom it works with closely to procure certain services.

The Framework will be split into four (4) work-streams and the Participating Authorities will then call-off for services under these:

1. To advise on the delivery and procurement of a new Headquarters for Essex Police;

2. To provide independent advice on a case by case basis on future estates, construction and quantity surveyor queries;

3. Provide and run projects on behalf of the relevant Participating Authority;

4. To provide building condition surveys and associated services.

The framework will be with a single supplier and the Contracting Authority expects the provider to be able to provide all these services themselves or through appropriate sub-contracting or consortium arrangements.

It is anticipated that the Contract will cover a wide range of services (the ‘Services’) including without limitation the following:

— Project management services,

— Building engineering services,

— H&S/Statutory compliance,

— architects/architectural services,

— Structural engineers,

— Geotechnical engineers,

— Highway engineers/traffic engineering,

— Quantity surveyors,

— Aboricultural specialists,

— Planning consultants/town planning,

— Acoustics specialists,

— Space planning,

— Mechanical and electrical engineers,

— Valuation advice,

— Building surveyors,

— Facilities management,

— Commercial property management.

This list is not exhaustive and consideration may be given during the procurement process to the inclusion of additional services or options for additional services which will assist in delivering the Services.

Full details of the exact services constituting the Services will appear in the tender documentation, as will details of the mechanisms to be used by the Participating Authorities to place orders for the Services (‘call-off consultancy contracts’) under the Framework Agreement.

The duration of an individual call-off consultancy contract under the Framework Agreement will be for a maximum of five years, the duration will be governed by the precise subject matter of the call-off contract concerned. The form of the call-off contract is a consultancy service contract prepared for use in relation to construction projects and is set out in the final Framework Agreement, subject to the right to make specific amendments in respect of an individual call-off.

The Contracting Authority does not give a guarantee or warranty as to the nature or volume of the Services or the number of call-offs, if any, under the Framework Agreement.

It should also be noted that in addition to any change in the structure or identity of the Contracting Authority and/or the Participating Authority in the event of re-structuring within the Police, this procurement and any Framework Agreement awarded will pass to successor authorities from the Contracting Authority and the Participating Authority as relevant and appropriate.

The Contracting Authority reserves the right to not award the Framework Agreement.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


The Police and Crime Commissioner for Essex

3 Hoffmans Way, Essex

Chelmsford

CM1 1GU

UK

Candace Bloomfield


candace.bloomfield@kent.pnn.police.uk





Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Yes

The Kent Police and Crime Commissioner

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Framework Agreement for the Provision of Property Consultancy Services.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

12

II.1.2)

Main site or location of works, place of delivery or performance

South East.



UKJ4

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

36

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

8 000 00020 000 000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

This OJEU contract notice is giving notice of the procurement of a framework agreement.

The Police and Crime Commissioner for Essex (the ‘Contracting Authority’) intends to use the open procedure of the Public Contracts Regulations 2015 to procure a framework agreement (‘the Framework Agreement’).

The Contracting Authority intends to procure the Contract for its own benefit and for the benefit of the Kent Police and Crime Commissioner (together the ‘Participating Authorities’) to whom it works with closely to procure certain services.

The Framework will be split into four (4) work-streams and the Participating Authorities will then call-off for services under these:

1. To advise on the delivery and procurement of a new Headquarters for Essex Police;

2. To provide independent advice on a case by case basis on future estates, construction and quantity surveyor queries;

3. Provide and run projects on behalf of the relevant Participating Authority;

4. To provide building condition surveys and associated services.

The framework will be with a single supplier and the Contracting Authority expects the provider to be able to provide all these services themselves or through appropriate sub-contracting or consortium arrangements.

It is anticipated that the Contract will cover a wide range of services (the ‘Services’) including without limitation the following:

— Project management services,

— Building engineering services,

— H&S/Statutory compliance,

— architects/architectural services,

— Structural engineers,

— Geotechnical engineers,

— Highway engineers/traffic engineering,

— Quantity surveyors,

— Aboricultural specialists,

— Planning consultants/town planning,

— Acoustics specialists,

— Space planning,

— Mechanical and electrical engineers,

— Valuation advice,

— Building surveyors,

— Facilities management,

— Commercial property management.

This list is not exhaustive and consideration may be given during the procurement process to the inclusion of additional services or options for additional services which will assist in delivering the Services.

Full details of the exact services constituting the Services will appear in the tender documentation, as will details of the mechanisms to be used by the Participating Authorities to place orders for the Services (‘call-off consultancy contracts’) under the Framework Agreement.

The duration of an individual call-off consultancy contract under the Framework Agreement will be for a maximum of five years, the duration will be governed by the precise subject matter of the call-off contract concerned. The form of the call-off contract is a consultancy service contract prepared for use in relation to construction projects and is set out in the final Framework Agreement, subject to the right to make specific amendments in respect of an individual call-off.

The Contracting Authority does not give a guarantee or warranty as to the nature or volume of the Services or the number of call-offs, if any, under the Framework Agreement.

It should also be noted that in addition to any change in the structure or identity of the Contracting Authority and/or the Participating Authority in the event of re-structuring within the Police, this procurement and any Framework Agreement awarded will pass to successor authorities from the Contracting Authority and the Participating Authority as relevant and appropriate.

The Contracting Authority reserves the right to not award the Framework Agreement.

II.1.6)

Common Procurement Vocabulary (CPV)

71000000
71530000
71315200
71315210
71540000
71541000
71320000
71500000
71220000
71210000
71221000
71322100
71322400
71250000
71251000
71332000
71311210
71311220
71356400
71312000
71200000
71400000
71410000
71240000
71313200
70332200

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The anticipated total value of the framework is expected to be approximately 8 000 000 GBP-20 000 000 GBP over its life. This is based on core services (as listed under II.1.5).

8 000 00020 000 000
GBP

II.2.2)

Options

It is anticipated that the duration of the Framework Agreement shall be for an initial period of three (3) years but with the ability for the Contracting Authority to extend by one (1) further year. Full details of this and any other options that economic operators may be invited to take into account in their tender will appear in the tender documentation.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

36

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Parent Company Guarantees, deposits, bonds and other forms of appropriate security may be required for the Framework Agreement (and/or any call-off contract thereunder). Further details will be included in the tender documentation.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As set out in the framework agreement.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

The Contracting Authority will require the Contract and the Framework Agreement to be with a legal entity. It reserves the right to require groupings of contractors to take a particular legal form to require a single contractor to take primary liability. Members of a consortium shall be jointly and severally liable. Legal bodies shall be companies, partnerships or unincorporated ventures.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The Contractor must be able to comply with Non-Police Vetting. Further details of this will be included in the tender documents.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


As set out in the Invitation to Tender.

III.2.2)

Economic and financial capacity


As set out in the Invitation to Tender.



As set out in the Invitation to Tender.


III.2.3)

Technical capacity


As set out in the Invitation to Tender.



As set out in the Invitation to Tender.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 30-07-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

All time-scales in this Notice are intended time-scales but the Contracting Authority reserves the right to vary these or any other procurement time-scales or arrangements.

The Contracting Authority reserves the right to abandon all or any part of this procurement at any stage following the publication of this Notice and/or not to award any contract. The Contracting Authority further reserves the right to award a contract or contracts in respect of part of the works or services.

All economic operators are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the ITT and all future stages of the selection, evaluation and award process. Under no circumstances will the Contracting Authority or any of its advisors be liable for any costs or expense borne by the economic operators or its associated organisations or advisors whether the economic operator is successful or otherwise.

Interested organisations may register and obtain the Invitation to Tender from the Kent Police Bravo Portal at www.kentpolice.bravosolution.co.uk Additional information relating to the details provided in this contract notice is available in the Invitation to Tender. Any further queries relating to this procurement may be addressed through the Portal. Economic operators are requested to submit any queries in relation to the Project, the Invitation to Tender or this notice through the Portal, and in particular are requested not to use the details at Section 1.1 of this notice or other means to contact the Contracting Authority in relation to this procurement.

Details of the contracting authority can be found here: www.essex.police.uk www.essex.pcc.police.uk www.kentpolice.bravosolution.co.uk www.contractsfinder.service.gov.uk/Search

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract may be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 26-06-2015

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71221000 Architectural services for buildings Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71250000 Architectural, engineering and surveying services Architectural and related services
71315200 Building consultancy services Building services
71315210 Building services consultancy services Building services
70332200 Commercial property management services Non-residential property services
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
71500000 Construction-related services Architectural, construction, engineering and inspection services
71322400 Dam-design services Engineering design services for the construction of civil engineering works
71320000 Engineering design services Engineering services
71332000 Geotechnical engineering services Miscellaneous engineering services
71311210 Highways consultancy services Civil engineering consultancy services
71311220 Highways engineering services Civil engineering consultancy services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works
71313200 Sound insulation and room acoustics consultancy services Environmental engineering consultancy services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71356400 Technical planning services Technical services
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
71410000 Urban planning services Urban planning and landscape architectural services

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:
candace.bloomfield@kent.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.