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
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
Yes |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityBedfordshire, Cambridgeshire and Hertfordshire Police Property Maintenance. |
II.1.2(a))
|
Type of works contract
|
 |
|
 |
|
 |
|
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
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged6 |
|
Duration of the framework agreement3 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement6 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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
 |
|
 |
|
 |
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeNo 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
|
 |
|
 |
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
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 participate1020 |
|
|
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
|
 |
|
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
|
 |
|
 |
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
|
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 |
|
|
|
|
|
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 |
|
|
|
|
|
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 |
|
|
|
|
|
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 |
|
|
|
|
|
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.
|
|