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 Award Notice

Mechanical Services Framework

  • First published: 14 May 2021
  • Last modified: 14 May 2021

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:
14 May 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

West Yorkshire Police are leading on a procurement exercise to set up a framework agreement to deliver mechanical services. This is primarily intended to support West Yorkshire Police and South Yorkshire Police; however, all organisations listed within the procurement documents (and within this Contract Award Notice) will be able to access the framework agreement.

The framework agreement is structured into 3 lots:

lot 1 - West Yorkshire Police,

lot 2 - South Yorkshire Police,

lot 3 - North Yorkshire Police; North Yorkshire Fire and Rescue Authority; West Yorkshire Fire and Rescue Authority.

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

— installation upgrade of gas fired heating boiler plant. Including associated pipework, pump sets and control valves,

— installation or extension of wet heating systems, including associated pipework, pumps, control valves and heat emitters,

— modification of existing wet heating systems to facilitate more efficient energy control through zone valves,

— installation of packaged pressurisation units,

— installation or extension to domestic hot and cold water services,

— installation upgrade of domestic hot water boilers,

— installation of flue systems to serve heating and domestic hot water boilers,

— installation of fixed point boilers,

— installation of under/over sink point of use boilers,

— installation upgrade of air handling plant and associated ductwork,

— installation of packaged air conditioning systems including associated pipework and ductwork,

— modification of existing air conditioning systems, including alterations to assosciated pipework and ductwork,

— expansion of ductwork systems serving air handling plant or air conditioning systems,

— installation of dedicated extract ventilation systems including associated ductwork,

— installation of above and below ground drainage systems,

— provision of new, innovative, energy efficient heating / cooling solutions,

— associated builder’s work to enable any of the above,

— managing the supply chain and nominated sub-contractors as detailed,

— turnkey provision and management of design services to support the delivery of mechanical services on a design and build basis,

— a broad range of services, including but not limited to: acting as principal contractor(s) or principal designer, or both; and, carrying out design works and surveys as per the stages set out in the RIBA Plan of Works.

The following organisations will be able to access the framework agreement to award call-off contracts:

— The Police and Crime Commissioner for West Yorkshire for and on behalf of West Yorkshire Police (lot 1).

— The Police and Crime Commissioner for South Yorkshire for and on behalf of South Yorkshire Police (lot 2).

— The Police, Fire, and Crime Commissioner for North Yorkshire for and on behalf of North Yorkshire Police (lot 3).

— The North Yorkshire Police, Fire and Crime Commissioner Fire and Rescue Authority for and on behalf of North Yorkshire Fire & Rescue Authority (lot 3).

— West Yorkshire Fire & Rescue Authority (lot 3).

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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: Vicky Murray

E-mail: procurement@southyorks.pnn.police.uk

NUTS: UKE

Internet address(es)

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

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

Mechanical Services Framework

Reference number: 1917-2019

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

A framework agreement to deliver mechanical services to the police and fire and rescue organisations listed within the procurement documents.

Procurement documents are available to download from the Bluelight e-tendering portal (https://bluelight.eu-supply.com).

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 12 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

West Yorkshire Police

II.2.2) Additional CPV code(s)

39715000

39715300

42000000

44000000

44115200

44115210

45300000

45330000

45332000

45332200

51100000

51120000

71000000

71300000

71321300

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

West Yorkshire

II.2.4) Description of the procurement

West Yorkshire Police are leading on a procurement exercise to set up a framework agreement to deliver mechanical services. This is primarily intended to support West Yorkshire Police and South Yorkshire Police; however, all organisations listed within the procurement documents (and within this Contract Award Notice) will be able to access the framework agreement.

The framework agreement is structured into 3 lots:

lot 1 - West Yorkshire Police,

lot 2 - South Yorkshire Police,

lot 3 - North Yorkshire Police; North Yorkshire Fire and Rescue Authority; West Yorkshire Fire and Rescue Authority.

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

— installation upgrade of gas fired heating boiler plant. Including associated pipework, pump sets and control valves,

— installation or extension of wet heating systems, including associated pipework, pumps, control valves and heat emitters,

— modification of existing wet heating systems to facilitate more efficient energy control through zone valves,

— installation of packaged pressurisation units,

— installation or extension to domestic hot and cold water services,

— installation upgrade of domestic hot water boilers,

— installation of flue systems to serve heating and domestic hot water boilers,

— installation of fixed point boilers,

— installation of under/over sink point of use boilers,

— installation upgrade of air handling plant and associated ductwork,

— installation of packaged air conditioning systems including associated pipework and ductwork,

— modification of existing air conditioning systems, including alterations to assosciated pipework and ductwork,

— expansion of ductwork systems serving air handling plant or air conditioning systems,

— installation of dedicated extract ventilation systems including associated ductwork,

— installation of above and below ground drainage systems,

— provision of new, innovative, energy efficient heating / cooling solutions,

— associated builder’s work to enable any of the above,

— managing the supply chain and nominated sub-contractors as detailed,

— turnkey provision and management of design services to support the delivery of mechanical services on a design and build basis,

— a broad range of services, including but not limited to: acting as principal contractor(s) or principal designer, or both; and, carrying out design works and surveys as per the stages set out in the RIBA Plan of Works.

The following organisations will be able to access the framework agreement to award call-off contracts:

— The Police and Crime Commissioner for West Yorkshire for and on behalf of West Yorkshire Police (lot 1).

— The Police and Crime Commissioner for South Yorkshire for and on behalf of South Yorkshire Police (lot 2).

— The Police, Fire, and Crime Commissioner for North Yorkshire for and on behalf of North Yorkshire Police (lot 3).

— The North Yorkshire Police, Fire and Crime Commissioner Fire and Rescue Authority for and on behalf of North Yorkshire Fire & Rescue Authority (lot 3).

— West Yorkshire Fire & Rescue Authority (lot 3).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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

Lot No: 2

II.2.1) Title

South Yorkshire Police

II.2.2) Additional CPV code(s)

39715000

39715300

44115200

44115210

45330000

45332200

71321300

42000000

44000000

45300000

51100000

51120000

71000000

71300000

45332000

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

South Yorkshire

II.2.4) Description of the procurement

West Yorkshire Police are leading on a procurement exercise to set up a framework agreement to deliver mechanical services. This is primarily intended to support West Yorkshire Police and South Yorkshire Police; however, all organisations listed within the procurement documents (and within this Contract Award Notice) will be able to access the framework agreement.

The framework agreement is structured into 3 lots:

lot 1 - West Yorkshire Police,

lot 2 - South Yorkshire Police,

lot 3 - North Yorkshire Police; North Yorkshire Fire and Rescue Authority; West Yorkshire Fire and Rescue Authority.

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

— installation upgrade of gas fired heating boiler plant. Including associated pipework, pump sets and control valves,

— installation or extension of wet heating systems, including associated pipework, pumps, control valves and heat emitters,

— modification of existing wet heating systems to facilitate more efficient energy control through zone valves,

— installation of packaged pressurisation units,

— installation or extension to domestic hot and cold water services,

— installation upgrade of domestic hot water boilers,

— installation of flue systems to serve heating and domestic hot water boilers,

— installation of fixed point boilers,

— installation of under/over sink point of use boilers,

— installation upgrade of air handling plant and associated ductwork,

— installation of packaged air conditioning systems including associated pipework and ductwork,

— modification of existing air conditioning systems, including alterations to associated pipework and ductwork,

— expansion of ductwork systems serving air handling plant or air conditioning systems,

— installation of dedicated extract ventilation systems including associated ductwork,

— installation of above and below ground drainage systems,

— provision of new, innovative, energy efficient heating / cooling solutions,

— associated builder’s work to enable any of the above,

— managing the supply chain and nominated sub-contractors as detailed,

— turnkey provision and management of design services to support the delivery of mechanical services on a design and build basis,

— a broad range of services, including but not limited to: acting as principal contractor(s) or principal designer, or both; and, carrying out design works and surveys as per the stages set out in the RIBA plan of works.

The following organisations will be able to access the framework agreement to award call-off contracts:

— The Police and Crime Commissioner for West Yorkshire for and on behalf of West Yorkshire Police (lot 1).

— The Police and Crime Commissioner for South Yorkshire for and on behalf of South Yorkshire Police (lot 2).

— The Police, Fire, and Crime Commissioner for North Yorkshire for and on behalf of North Yorkshire Police (lot 3).

— The North Yorkshire Police, Fire and Crime Commissioner Fire and Rescue Authority for and on behalf of North Yorkshire Fire & Rescue Authority (lot 3).

— West Yorkshire Fire & Rescue Authority (lot 3).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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

Lot No: 3

II.2.1) Title

North Yorkshire Police, North Yorkshire Fire and Rescue Authority, West Yorkshire Fire and Rescue Authority

II.2.2) Additional CPV code(s)

39715000

39715300

44115200

44115210

45330000

45332000

71321300

45332200

42000000

44000000

45300000

51100000

51120000

71000000

71300000

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

North Yorkshire

II.2.4) Description of the procurement

West Yorkshire Police are leading on a procurement exercise to set up a framework agreement to deliver mechanical services. This is primarily intended to support West Yorkshire Police and South Yorkshire Police; however, all organisations listed within the procurement documents (and within this Contract Award Notice) will be able to access the framework agreement.

The Framework Agreement is structured into 3 lots:

lot 1 - West Yorkshire Police,

lot 2 - South Yorkshire Police,

lot 3 - North Yorkshire Police; North Yorkshire Fire and Rescue Authority; West Yorkshire Fire and Rescue Authority.

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

— installation upgrade of gas fired heating boiler plant. Including associated pipework, pump sets and control valves,

— installation or extension of wet heating systems, including associated pipework, pumps, control valves and heat emitters,

— modification of existing wet heating systems to facilitate more efficient energy control through zone valves,

— installation of packaged pressurisation units,

— installation or extension to domestic hot and cold water services,

— installation upgrade of domestic hot water boilers,

— installation of flue systems to serve heating and domestic hot water boilers,

— installation of fixed point boilers,

— installation of under/over sink point of use boilers,

— installation upgrade of air handling plant and associated ductwork,

— installation of packaged air conditioning systems including associated pipework and ductwork,

— modification of existing air conditioning systems, including alterations to assosciated pipework and ductwork,

— expansion of ductwork systems serving air handling plant or air conditioning systems,

— installation of dedicated extract ventilation systems including associated ductwork,

— installation of above and below ground drainage systems,

— provision of new, innovative, energy efficient heating / cooling solutions,

— associated builder’s work to enable any of the above,

— managing the supply chain and nominated sub-contractors as detailed,

— turnkey provision and management of design services to support the delivery of mechanical services on a design and build basis,

— a broad range of services, including but not limited to: acting as principal contractor(s) or principal designer, or both; and, carrying out design works and surveys as per the stages set out in the RIBA plan of works.

The following organisations will be able to access the framework agreement to award call-off contracts:

— The Police and Crime Commissioner for West Yorkshire for and on behalf of West Yorkshire Police (lot 1).

— The Police and Crime Commissioner for South Yorkshire for and on behalf of South Yorkshire Police (lot 2).

— The Police, Fire, and Crime Commissioner for North Yorkshire for and on behalf of North Yorkshire Police (lot 3).

— The North Yorkshire Police, Fire and Crime Commissioner Fire and Rescue Authority for and on behalf of North Yorkshire Fire & Rescue Authority (lot 3).

— West Yorkshire Fire & Rescue Authority (lot 3).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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

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

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 198-481243

Section V: Award of contract

Lot No: 1

Title: West Yorkshire Police

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/04/2021

V.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Norse Commercial Services Ltd

280 Fifers Lane

Norwich

NR66EQ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 250 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 2

Title: South Yorkshire Police

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/04/2021

V.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Norse Commercial Services Ltd

280 Fifers Lane

Norwich

NR66EQ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 6 650 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Lot No: 3

Title: North Yorkshire Police, North Yorkshire Fire and Rescue Authority, West Yorkshire Fire and Rescue Authority

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/04/2021

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Norse Commercial Services Ltd

280 Fifers Lane

Norwich

NR66EQ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 3 120 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section VI: Complementary information

VI.3) Additional information

The following organisations will be able to access the framework agreement to award call-off contracts:

— The Police and Crime Commissioner for West Yorkshire for and on behalf of West Yorkshire Police (lot 1).

— The Police and Crime Commissioner for South Yorkshire for and on behalf of South Yorkshire Police (lot 2).

— The Police, Fire, and Crime Commissioner for North Yorkshire for and on behalf of North Yorkshire Police (lot 3).

— The North Yorkshire Police, Fire and Crime Commissioner Fire and Rescue Authority for and on behalf of North Yorkshire Fire & Rescue Authority (lot 3).

— West Yorkshire Fire & Rescue Authority (lot 3).

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

10/05/2021

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45300000 Building installation work Construction work
44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus Materials and Products
45000000 Construction work Construction and Real Estate
71300000 Engineering services Architectural, construction, engineering and inspection services
42000000 Industrial machinery Technology and Equipment
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
51120000 Installation services of mechanical equipment Installation services of electrical and mechanical equipment
45332000 Plumbing and drain-laying work Plumbing and sanitary works
44115200 Plumbing and heating materials Building fittings
45330000 Plumbing and sanitary works Building installation work
71321300 Plumbing consultancy services Engineering design services for mechanical and electrical installations for buildings
39715300 Plumbing equipment Water heaters and heating for buildings; plumbing equipment
44115210 Plumbing materials Building fittings
39715000 Water heaters and heating for buildings; plumbing equipment Electrical domestic appliances
45332200 Water plumbing work Plumbing and drain-laying 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:
procurement@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.