By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Framework Agreement for Building Fabric Maintenance.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The Mayors Office for Policing and Crime (MOPAC) care of Metropolitan Police
Property, 11th Floor, Empress State, Empress Approach, Lillie Road
Contact point(s): David Venn
For the attention of: David Venn
SW6 1TR West Brompton
UNITED KINGDOM
Telephone: +44 1372864645
E-mail:

Further information can be obtained from: Bluelight
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bluelight
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

Tenders or requests to participate must be sent to: Bluelight
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework Agreement for Building Fabric Maintenance.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: UK Mainland - Mainly within the Greater London Area.

NUTS code UKI

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5

Duration of the framework agreement

Duration in months: 36

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

Estimated value excluding VAT:
Range: between 40 000 000 and 100 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Framework for the supply of Building Fabric Maintenance. The framework consists of 5 lots.
Lot 1: The provision of general building works (internal and external) service.
Lot 2: The provision of a reactive locksmith service including cell locks.
Lot 3: The provision of inspections and maintenance and occasional supply of flags and flagpoles.
Lot 4: The provision of inspections and maintenance of communication masts and towers.
Lot 5: The provision of inspections and maintenance and the occasional supply of gym equipment.
Suppliers may bid for one lot, a selection of lots, or all of the lots, within the Building Fabric Maintenance Framework.
This Framework is open for use by the following organisations:
- Mayors Office for Policing and Crime (MOPAC),
- London Fire and Emergency Planning Authority (LFEPA)(London Fire Brigade),
- Greater London Authority (GLA),
- London Legacy Development Corporation (LLDC),

- Transport for London (TFL) and all its subsidiary companies a list of which can be found at http://www.tfl.gov.uk/

The value of MOPAC expenditure on this framework agreement is anticipated to be between GBP 10 million and GBP 12.5 million per annum with the result that the total estimated value of this framework agreement may be in the region of GBP 40 million to GBP 50 million (at September 2013 prices).
It is intended that other organisations (as listed above) will have the right to call-off under the framework agreement. However, as at the date of this notice the MOPAC are unable to give any accurate indication of the likely demand from the organisations listed for these services. If all organisations listed above were to enter into call-off contracts for the services on equivalent terms to the MOPAC anticipated call-off contract, the aggregate estimated value of all call-off contracts entered into under the framework agreement may be in the region of GBP 100 million (at September 2013 prices).
II.1.6)Common procurement vocabulary (CPV)

50700000, 71000000, 71247000, 79993000, 45000000, 45450000, 45451000, 79931000, 98395000, 35821000, 44212200, 44212250, 44212260, 44212261, 44212263, 44112000, 44115000, 44115800, 44220000, 44230000, 45110000, 45210000, 45211000, 45211340, 45211350, 45212000, 45212400, 45212410, 45213000, 45214800, 45216000, 45216100, 45216110, 45262690, 45262700, 45262800, 45400000, 45300000, 45442110, 37420000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Mayors Office for Policing and Crime (MOPAC) as the contracting authority is tendering for Building Fabric Maintenance Services. The Framework consists of 5 lots.
Lot 1 - Supply of General Building Works (Internal and External) includes Residential, Custody suites and Cells.
The provision for the supply of general building works shall include but not be limited to the reactive service, planned maintenance, repairs and carrying out small works projects, on the following building fabric items. This list is not exhaustive and shall include for all items of building fabric within and/or attached to the curtilage of the Authority's estate:
a) roofing and roof access systems and barriers;
b) walls / external envelope;
c) staircases and steps;
d) windows and doors and associated fittings;
e) structural floors / ceilings;
f) chimneys;
g) internal structure including ceilings and suspended ceilings;
h) finishes / decoration;
i) internal fittings / fixtures;
j) flooring and floor coverings;
k) glass and glazing;
l) water, sanitation and drainage systems;
m) culverts and bridges
n) fixtures, fittings and signage;
o) roads, pathways, car parks, courtyards, paved areas and other hard-standings;
p) walls and fences;
q) external outbuildings, kennels, furniture, features, fixtures and fittings;
r) Specialist works required at custody sites and cells, inclusive of cell doors and locks and wickets.
Lot 2 Supply of Locksmith services
The provision of a reactive call out service for the repair, replacement, installation, maintenance of all types of locks and catches in the Authority's estate including specialist cell and custody suite locks.
Lot 3 Inspection and maintenance and occasional supply of flags and flag poles.
For the provision of a service for the inspection and maintenance and repair/supply, when identified, of flags and flagpoles.
Lot 4 Inspection and maintenance of communication masts and towers
For the provision of a service for the inspection, maintenance and repair of communication masts and towers.
Lot 5 Inspection and maintenance service of gym equipment.
For the provision of service, maintenance and repairs and occasional supply of gym equipment including statutory inspections.
Estimated value excluding VAT:
Range: between 40 000 000 and 100 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: To extend the 36 month term of the framework agreement by up to 12 months at the sole discretion of the MOPAC/MPS.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 12
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Supply of general building works (internal & external)
1)Short description
The provision for the supply of general building works shall include but not be limited to the reactive service, planned maintenance, repairs and carrying out small works projects, on the following building fabric items. This list is not exhaustive and shall include for all items of building fabric within and/or attached to the curtilage of the Authority's estate:
a) roofing and roof access systems and barriers;
b) walls / external envelope;
c) staircases and steps;
d) windows and doors and associated fittings;
e) structural floors/ceilings;
f) chimneys;
g) internal structure including ceilings and suspended ceilings;
h) finishes/decoration;
i) internal fittings/fixtures;
j) flooring and floor coverings;
k) glass and glazing;
l) water, sanitation and drainage systems;
m) culverts and bridges
n) fixtures, fittings and signage;
o) roads, pathways, car parks, courtyards, paved areas and other hard-standings;
p) walls and fences;
q) external outbuildings, kennels, furniture, features, fixtures and fittings;
r) specialist works required at custody sites and cells, inclusive of cell doors and locks and wickets.
2)Common procurement vocabulary (CPV)

50700000, 71000000, 71247000, 79993000, 45000000, 45450000, 45451000, 79931000, 98395000, 35821000, 44212200, 44212250, 44212260, 44212261, 44212263, 44112000, 44115000, 44115800, 44220000, 44230000, 45110000, 45210000, 45211000, 45211340, 45211350, 45212000, 45212400, 45212410, 45213000, 45214800, 45216000, 45216100, 45216110, 45262690, 45262700, 45262800, 45400000, 45300000, 45442110, 37420000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 40 000 000 and 50 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Locksmith Services
1)Short description
The provision of a reactive call out service for the repair, replacement, installation, maintenance of all types of locks and catches in the Authority's estate including specialist cell and custody suite locks.
2)Common procurement vocabulary (CPV)

50700000, 71000000, 71247000, 79993000, 45000000, 45450000, 45451000, 79931000, 98395000, 35821000, 44212200, 44212250, 44212260, 44212261, 44212263, 44112000, 44115000, 44115800, 44220000, 44230000, 45110000, 45210000, 45211000, 45211340, 45211350, 45212000, 45212400, 45212410, 45213000, 45214800, 45216000, 45216100, 45216110, 45262690, 45262700, 45262800, 45400000, 45300000, 45442110, 37420000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 2 400 000 and 3 200 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Flags and flag poles
1)Short description
Inspection and maintenance and occasional supply of flags and flag poles
For the provision of a service for the inspection and maintenance and repair/supply, when identified, of flags and flagpoles.
2)Common procurement vocabulary (CPV)

50700000, 71000000, 71247000, 79993000, 45000000, 45450000, 45451000, 79931000, 98395000, 35821000, 44212200, 44212250, 44212260, 44212261, 44212263, 44112000, 44115000, 44115800, 44220000, 44230000, 45110000, 45210000, 45211000, 45211340, 45211350, 45212000, 45212400, 45212410, 45213000, 45214800, 45216000, 45216100, 45216110, 45262690, 45262700, 45262800, 45400000, 45300000, 45442110, 37420000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 100 000 and 150 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Communication Masts and Towers
1)Short description
Inspection and maintenance of communication masts and towers
For the provision of a service for the inspection, maintenance and repair of communication masts and towers.
2)Common procurement vocabulary (CPV)

50700000, 71000000, 71247000, 79993000, 45000000, 45450000, 45451000, 79931000, 98395000, 35821000, 44212200, 44212250, 44212260, 44212261, 44212263, 44112000, 44115000, 44115800, 44220000, 44230000, 45110000, 45210000, 45211000, 45211340, 45211350, 45212000, 45212400, 45212410, 45213000, 45214800, 45216000, 45216100, 45216110, 45262690, 45262700, 45262800, 45400000, 45300000, 45442110, 37420000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 320 000 and 480 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Gymnasium Equipment
1)Short description
Inspection and maintenance service of gym equipment
For the provision of service, maintenance and repairs and occasional supply of gym equipment including statutory inspections.
2)Common procurement vocabulary (CPV)

50700000, 71000000, 71247000, 79993000, 45000000, 45450000, 45451000, 79931000, 98395000, 35821000, 44212200, 44212250, 44212260, 44212261, 44212263, 44112000, 44115000, 44115800, 44220000, 44230000, 45110000, 45210000, 45211000, 45211340, 45211350, 45212000, 45212400, 45212410, 45213000, 45214800, 45216000, 45216100, 45216110, 45262690, 45262700, 45262800, 45400000, 45300000, 45442110, 37420000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 320 000 and 480 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:

Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes

Description of particular conditions: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met:

Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

Minimum level(s) of standards possibly required: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

Information and formalities necessary for evaluating if requirements are met: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

Minimum level(s) of standards possibly required:

Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5

Objective criteria for choosing the limited number of candidates: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
QTLE-9BGHHB
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
16.10.2013 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
All communications must be via the Bluelight portal.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Sandip Shergill
8th floor, West Empress State Building, Empress Approach Lillie Road, Earls Court
SW6 1TR London
UNITED KINGDOM
Telephone: +44 2071611540

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
13.9.2013

Other interesting websites