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

Bedfordshire, Cambridgeshire and Hertfordshire Police Property Maintenance.

  • First published: 30 October 2013
  • Last modified: 30 October 2013
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Police and Crime Commissioner for Cambridgeshire
Authority ID:
AA53126
Publication date:
30 October 2013
Deadline date:
29 November 2013
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Bedfordshire Police, Cambridgeshire and Hertfordshire Constabularies require property maintenance services as follows:

The work required at Police premises and occupied sites involve: reactive maintenance works; minor works, improvements and extensions; internal layout alterations – structural and non-structural; call out works, including attendance out of normal working hours up to 30 000 GBP.

In addition it's the intention of this contract to procure a framework consisting of a panel of contractors to be invited to price individual works from a Planned Preventative Maintenance (PPM) programme on an individual basis which will constitute separate agreements for each acquisition for works over 30 000 GBP to 1 000 000 GBP.

This generally excludes mechanical and electrical reactive works unless included as part of a larger general building works order.

While there is no guarantee of any values of work, overall the estimated annual spend for Bedfordshire Police, Cambridgeshire and Hertfordshire Constabularies are as follows: Bedfordshire Police 500 000 GBP; Cambridgeshire Constabulary 1 000 000 GBP and Hertfordshire Constabulary 800 000 GBP per year.

The provision is for two distinct areas of operation:

Responsive and minor works, each order ranging from minimum order value up to a maximum estimated value of 30 000 GBP and including an on call facility providing a 24 hours a day, 365 days a year (366 in a leap year) cover, to meet the requirements of the Police Forces through the Estates and Facilities Departments.

Secondly to provide to all necessary resources to estimate, quote, manage and execute building works, including but not exclusively, major repairs, refurbishments, extensions and minor new builds which may range in estimated value from 30 000 GBP to 1 000 000 GBP. Tenders are acceptable for either values (i.e. lots) of work or both, ability to tender only one lot is not an exclusion from submitting a tender.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Bedfordshire, Cambridgeshire & Hertfordshire Police Procurement

C/O Bedfordshire Police Procurement, Woburn Road

Kempston

MK43 9AX

UK

Jim Bates

+44 1234842363

Jim.Bates@Bedfordshire.pnn.police.uk


www.bluelight.gov.uk


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

I.2)

Type of contracting Authority and Main Activity or Activities

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

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Bedfordshire, Cambridgeshire and Hertfordshire Police Property Maintenance.

II.1.2(a))

Type of works contract

Unchecked box Unchecked box
Checked box

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

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

Police sites at various location within Bedfordshire, Cambridgeshire and Hertfordshire.



UKH

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

6

Duration of the framework agreement

3

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

6 000 00012 000 000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Bedfordshire Police, Cambridgeshire and Hertfordshire Constabularies require property maintenance services as follows:

The work required at Police premises and occupied sites involve: reactive maintenance works; minor works, improvements and extensions; internal layout alterations – structural and non-structural; call out works, including attendance out of normal working hours up to 30 000 GBP.

In addition it's the intention of this contract to procure a framework consisting of a panel of contractors to be invited to price individual works from a Planned Preventative Maintenance (PPM) programme on an individual basis which will constitute separate agreements for each acquisition for works over 30 000 GBP to 1 000 000 GBP.

This generally excludes mechanical and electrical reactive works unless included as part of a larger general building works order.

While there is no guarantee of any values of work, overall the estimated annual spend for Bedfordshire Police, Cambridgeshire and Hertfordshire Constabularies are as follows: Bedfordshire Police 500 000 GBP; Cambridgeshire Constabulary 1 000 000 GBP and Hertfordshire Constabulary 800 000 GBP per year.

The provision is for two distinct areas of operation:

Responsive and minor works, each order ranging from minimum order value up to a maximum estimated value of 30 000 GBP and including an on call facility providing a 24 hours a day, 365 days a year (366 in a leap year) cover, to meet the requirements of the Police Forces through the Estates and Facilities Departments.

Secondly to provide to all necessary resources to estimate, quote, manage and execute building works, including but not exclusively, major repairs, refurbishments, extensions and minor new builds which may range in estimated value from 30 000 GBP to 1 000 000 GBP. Tenders are acceptable for either values (i.e. lots) of work or both, ability to tender only one lot is not an exclusion from submitting a tender.

II.1.6)

Common Procurement Vocabulary (CPV)

45000000
45210000
45216000
45216100
45216110
45216111
45260000
45300000
45400000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

No business whatsoever is guaranteed under any resulting framework agreement or Contract and there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.

6 000 00012 000 000
GBP

II.2.2)

Options

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

Section III: Legal, Economic, Financial and Technical Information

III.2)

Conditions for Participation

III.2.1)

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


Any supplier may be disqualified who:

(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;

(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;

(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;

(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;

(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;

(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;

(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;

(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;

(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.

III.2.2)

Economic and financial capacity


(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;

(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;

(c) a statement of the undertaking's overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.




III.2.3)

Technical capacity


Information and formalities necessary for evaluating if requirements are met:

See Pre-Qualification Questionnaire.



See Pre-Qualification Questionnaire.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked 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

1020

Objective criteria for choosing the limited number of candidates

As per Pre-Qualification Questionnaire.

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

E/4/0067/13

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

 29-11-2013  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

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 28-10-2013

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Information via: www.bluelight.gov.uk

Suppliers wishing to express an interest in this tender opportunity, should go to: www.bluelight.gov.uk/opportunities log in and enter the following reference number QTLE-9CWD8F in the search criteria, select and register interest. The Pre-Qualification Questionnaire (PQQ) will then be available to download. Suppliers not already registered on the Bluelight ProContract eTendering system, will need to go to: www.bluelight.gov.uk and click on the 'Register Company' link on the left hand side. Once the registration has been processed they then need to return to the tender opportunity, and register an expression of interest.



UK

Jim Bates


+44 1234842363


II)

Address and contact points from which specifications and additional documentation may be obtained



Documents via: www.bluelight.gov.uk

Pre-Qualification Questionnaire and any additional documents will be available as attachments in the Invitation to Tender reference QTLE-9CWD8F on: www.bluelight.gov.uk



UK

Jim Bates


+44 1234842363


III)

Address and contact points to which Tenders/Requests to Participate must be sent



Participation via: www.bluelight.gov.uk

Suppliers wishing to express an interest in this tender opportunity, should go to: www.bluelight.gov.uk/opportunities log in and enter the following reference number QTLE-9CWD8F in the search criteria, select and register interest. The Pre-Qualification Questionnaire (PQQ) will then be available to download. Suppliers not already registered on the Bluelight ProContract eTendering system, will need to go to: www.bluelight.gov.uk and click on the 'Register Company' link on the left hand side. Once the registration has been processed they then need to return to the tender opportunity, and register an expression of interest



UK

Jim Bates


+44 1234842363



ANNEX B

Information About Lots

1     Beds and Cambs Police Work Up to 30 000 GBP

1)

Short Description

Responsive and minor works for Bedfordshire Police and Cambridgeshire Constabulary, each order ranging from minimum order value up to a maximum estimated value of 30 000 and including an on call facility providing a 24 hours a day, 365 days a year (366 in a leap year) cover, to meet the requirements of the Authorities through the Estates and Facilities Departments.

This lot will be award to one company.

2)

Common Procurement Vocabulary (CPV)

45000000
45210000
45216000
45216100
45216110
45216111
45260000
45300000
45400000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

It is envisioned that this lot will start from 6.5.2014.

ANNEX B

Information About Lots

2     Hertfordshire Police Work Up to 30 000 GBP

1)

Short Description

Responsive and minor works for Hertfordshire Constabulary, each order ranging from minimum order value up to a maximum estimated value of 30 000 GBP and including an on call facility providing a 24 hours a day, 365 days a year (366 in a leap year) cover, to meet the requirements of the Authorities through the Estates and Facilities Departments.

This lot will be award to one company.

2)

Common Procurement Vocabulary (CPV)

45000000
45210000
45216000
45216100
45216110
45216111
45260000
45300000
45400000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

It is envisioned that this lot will start from 6.8.2014.

ANNEX B

Information About Lots

3     Beds and Cambs Police Work over 30 000 GBP to 1 000 000 GBP

1)

Short Description

To provide Bedfordshire Police and Cambridgeshire Constabulary all necessary resources to estimate, quote, manage and execute building works, including but not exclusively, major repairs, refurbishments, extensions and minor new builds which may range in estimated value from 30 000 GBP to 1 000 000 GBP.

This lot will have a maximum of 6 companies.

2)

Common Procurement Vocabulary (CPV)

45000000
45210000
45216000
45216100
45216110
45216111
45260000
45300000
45400000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

It is envisioned that this lot will start from 6.5.2014.

ANNEX B

Information About Lots

4     Hertfordshire Police Work from 30 000 GBP to 1 000 000 GBP

1)

Short Description

To provide Hertfordshire Constabulary all necessary resources to estimate, quote, manage and execute building works, including but not exclusively, major repairs, refurbishments, extensions and minor new builds which may range in estimated value from 30 000 GBP to 1 000 000 GBP.

This lot will have a maximum of six companies.

2)

Common Procurement Vocabulary (CPV)

45000000
45210000
45216000
45216100
45216110
45216111
45260000
45300000
45400000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

It is envisioned that this lot will start from 1.3.2015.


Coding

Commodity categories

ID Title Parent category
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45216110 Construction work for buildings relating to law and order Construction work for buildings relating to law and order or emergency services and for military buildings
45216100 Construction work for buildings relating to law and order or emergency services Construction work for buildings relating to law and order or emergency services and for military buildings
45216000 Construction work for buildings relating to law and order or emergency services and for military buildings Defence and security
45216111 Police station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work

Delivery locations

ID Description
There are no delivery locations for this notice.

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:
Jim.Bates@Bedfordshire.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.