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

Mechanical Services Framework

  • First published: 14 October 2020
  • Last modified: 14 October 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:
14 October 2020
Deadline date:
09 November 2020
Notice type:
Contract 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 Notice) will be able to access the framework agreement.

The framework agreement will be structured into three 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.

Tenderers may bid for any combination of lots.

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 subcontractors 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 and Rescue Authority (Lot 3);

— West Yorkshire Fire and Rescue Authority (Lot 3).

Please refer to the procurement documents for full information (available at https://bluelight.eu-supply.com).

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: Vicky Murray

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

NUTS: UKE

Internet address(es)

Main address: https://bluelight.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=34530&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=34530&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

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 eTendering portal (https://bluelight.eu-supply.com).

II.1.5) Estimated total value

Value excluding VAT: 12 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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 Notice) will be able to access the framework agreement.

The framework agreement will be structured into three 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.

Tenderers may bid for any combination of lots.

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 subcontractors 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 and Rescue Authority (Lot 3);

— West Yorkshire Fire and Rescue Authority (Lot 3).

Please refer to the procurement documents for full information (available at https://bluelight.eu-supply.com).

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: 2 250 000.00  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

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 Notice) will be able to access the framework agreement.

The framework agreement will be structured into three 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.

Tenderers may bid for any combination of lots.

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 subcontractors 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 and Rescue Authority (Lot 3);

— West Yorkshire Fire and Rescue Authority (Lot 3).

Please refer to the procurement documents for full information (available at https://bluelight.eu-supply.com).

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: 6 650 000.00  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

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 Notice) will be able to access the framework agreement.

The framework agreement will be structured into three 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.

Tenderers may bid for any combination of lots.

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 and Rescue Authority (Lot 3);

— West Yorkshire Fire and Rescue Authority (Lot 3).

Please refer to the procurement documents for full information (available at https://bluelight.eu-supply.com).

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: 3 120 000.00  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

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: 3

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 100-243169

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

Date: 09/11/2020

Local time: 16:00

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

Tender must be valid until: 09/03/2021

IV.2.7) Conditions for opening of tenders

Date: 09/11/2020

Local time: 16:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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 and Rescue Authority (Lot 3);

— West Yorkshire Fire and Rescue Authority (Lot 3).

As part of the tender process, WYP intends to host a market engagement event at 2 p.m. on 20 October 2020. The event will provide organisations with an opportunity to understand the vision and requirements of this project.

If you are interested in attending, please register your place by emailing your name, role, organisation and contact details to procurement@southyorks.pnn.police.uk

Attendance is limited to two places per organisation. Please register by 5 p.m. on 15 October 2020.

Please be aware that due to restrictions resulting from Covid-19, the event will be hosted via Skype. In this case, tenderers’ email addresses will be required for the invite and these details would be visible to all attendees.

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

07/10/2020

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.