loading
  • GB-SE1 2AA London
  • 03.07.2017
  • Ausschreibung
  • (ID 2-267176)

Framework agreement for the provision of mechanical, electrical, general building works and locksmiths maintenance


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 03.07.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 8 - max. 8
    Art der Leistung Bauleistung / Bauleitung, Objektüberwachung / Objektplanung Innenräume
    Sprache Englisch
    Aufgabe
    Framework for the provision of planned and reactive mechanical, electrical, general building works, reactive plumbing, locksmith service. This framework consists of 2 Lots which are geographical — North and South of the Thames.
    This framework is available for use by the following organisations:
    The Mayor's Office for Policing and Crime MOPAC/Metropolitan Police Services
    London Fire and Emergency Planning Authority (LFEPA) (London Fire Brigade).
    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.
    Leistungsumfang
    The provision of a full maintenance (reactive and planned) service for Mechanical & Electrical, General Building Works and Locksmiths Maintenance Services. The reactive and planned maintenance service must be provided on a 24/7/365 basis across the Estate, The Estate covers 32 boroughs within the Greater London area, and a number of other locations, more fully defined in the scope of works section.
    It should be acknowledged that the size, nature and location of sites operated by The Authority, and its requirement for security services, are subject to change over the duration of the contract. The Supplier shall make provision to support The Authority with the implementation of such change, ensuring that services are scalable and the required equipment and labour is available at all times to support the Service.
    Including but not limited to, Planned Maintenance, Statutory Inspections and compliance testing; reactive call out service for repair and replacement; small works projects.
    M&E
    Consisting of, but not limited to:
    — fixed access & protection systems.
    — access control.
    — air conditioning & ventilation.
    — fixed electrical equipment.
    — lighting.
    — fire detection & protection.
    — fuel tanks & pipelines.
    — combined heat and power units.
    — gas meter & pipework installation.
    — various boilers, gas, steam, oil etc.
    — hot water systems.
    — kitchen equipment.
    — lifting equipment.
    — compressed air systems.
    — security & communication systems and equipment.
    — generators.
    — UPS.
    — Lifts (goods, passenger & service lifts etc.)
    — waste & drainage systems.
    — water systems including pipework, tanks and pumps.
    — water treatment systems.
    General Building works (GBW)
    Consisting of, but not limited to:
    — maintenance of roofs, walls, chimney's, windows & doors, ceilings etc.
    — external & internal decorating.
    Locksmiths
    Ensure that the following requirements are met with regards to Locksmith services consisting of, but not limited to:
    — Provide all materials on a like for like basis or equal and approved specification, consumables and equipment required to provide the locksmith services and where Cell Security all items used are in accordance with the Home Office Approved Suppliers.
    — Provide specialist Keys I.e. KABA and such like as and when required. In addition to the supply of key cutting and supply of additional keys and associated services as and when required.
    — Provide a reactive locksmith service (on a 24/7/365 basis), with an onsite response to meet all category response times as shown in the reactive response times table
    — Provide lock cylinder changes and provide keys as part of the Authority's residential void process.
    — Provision of a reactive call out service for the repair, replacement, installation and maintenance of all types of locks and catches in the MOPAC estate including specialist cell and custody suite locks.
    — Gain entry to premises and equipment/assets, this includes residential and commercial property, safes, safe deposit boxes, secure boxes, vaults etc. in support of Police Operations (on 24/7/365 basis).
    Adresse des Bauherren UK-SE1 2AA London
    TED Dokumenten-Nr. 210116-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Repair and maintenance services of building installations

      2017/S 105-210116

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      The Mayor's Office for Policing and Crime MOPAC
      n/a
      City Hall,The Queens Walk, More Lane
      London
      SE1 2AA
      United Kingdom
      Contact person: Nathan Fox
      Telephone: +44 1372865000
      E-mail: MTFlbGhtc2RmcWBzbnFecm50cWJobWY/amFxLWJubA==
      NUTS code: UKI

      Internet address(es):

      Main address: https://www.london.gov.uk/what-we-do/mayors-office-policing-and-crime-mopac

      Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40396

      I.2)Joint procurement
      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=20208&B=BLUELIGHT
      Additional information can be obtained from another address:
      Metropolitan Police Service
      11 Floor, Empress State Building, Empress Approach, Lillie Road
      London
      SW6 1TR
      United Kingdom
      Telephone: +44 1372865000
      E-mail: MTVBSERpb2BibVxvam1aTmpwbV5kaWI7Zl1tKV5qaA==
      NUTS code: UKI

      Internet address(es):

      Main address: https://www.london.gov.uk/what-we-do/mayors-office-policing-and-crime-mopac

      Tenders or requests to participate must be submitted electronically via: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=20208&B=BLUELIGHT
      Tenders or requests to participate must be submitted 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:

       

      Framework agreement for the provision of mechanical, electrical, general building works and locksmiths maintenance.

       

      II.1.2)Main CPV code
      50700000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Framework for the provision of planned and reactive mechanical, electrical, general building works, reactive plumbing, locksmith service. This framework consists of 2 Lots which are geographical — North and South of the Thames.

      This framework is available for use by the following organisations:

      The Mayor's Office for Policing and Crime MOPAC/Metropolitan Police Services

      London Fire and Emergency Planning Authority (LFEPA) (London Fire Brigade).

      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.

       

      II.1.5)Estimated total value
      Value excluding VAT: 307 500 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      Tenderers can bid for more than 1 lot however for the purposes of resilience / contingency, tenderers can only win 1 of the lots for North and South. Should a tenderer win both lots they will be awarded the lot in which they achieved the highest overall score. Under exceptional circumstances the tenderers may be required to provide Services outside the geographic region they have been awarded.

       

      II.2)Description
      II.2.1)Title:

       

      The Provision of Mechanical & Electrical, General Building Works and Locksmiths Maintenance Services North

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      35821000
      37420000
      44112000
      44115000
      44115800
      44220000
      44230000
      45000000
      45110000
      45210000
      45211000
      45211340
      45211350
      45212000
      45212400
      45212410
      45213000
      45214800
      45216000
      45216100
      45216110
      45262690
      45262700
      45262800
      45300000
      45400000
      45442110
      45450000
      45451000
      71000000
      71247000
      79931000
      79993000
      98395000
      II.2.3)Place of performance
      NUTS code: UKI
      NUTS code: UK
      Main site or place of performance:

       

      UK mainland mainly within the Greater London area.

       

      II.2.4)Description of the procurement:

       

      The provision of a full maintenance (reactive and planned) service for Mechanical & Electrical, General Building Works and Locksmiths Maintenance Services. The reactive and planned maintenance service must be provided on a 24/7/365 basis across the Estate, The Estate covers 32 boroughs within the Greater London area, and a number of other locations, more fully defined in the scope of works section.

      It should be acknowledged that the size, nature and location of sites operated by The Authority, and its requirement for security services, are subject to change over the duration of the contract. The Supplier shall make provision to support The Authority with the implementation of such change, ensuring that services are scalable and the required equipment and labour is available at all times to support the Service.

      Including but not limited to, Planned Maintenance, Statutory Inspections and compliance testing; reactive call out service for repair and replacement; small works projects.

      M&E

      Consisting of, but not limited to:

      — fixed access & protection systems,

      — access control,

      — air conditioning & ventilation,

      — fixed electrical equipment,

      — lighting,

      — fire detection & protection,

      — fuel tanks & pipelines,

      — combined heat and power units,

      — gas meter & pipework installatio,n

      — various boilers, gas, steam, oil etc.

      — hot water systems,

      — kitchen equipment,

      — lifting equipment,

      — compressed air systems,

      — security & communication systems and equipment,

      — generators,

      — UPS,

      — Lifts (goods, passenger & service lifts etc.),

      — waste & drainage systems,

      — water systems including pipework, tanks and pumps,

      — water treatment systems,

      General Building works (GBW),

      Consisting of, but not limited to:

      — maintenance of roofs, walls, chimney's, windows & doors, ceilings etc.

      — external & internal decorating.

      Locksmiths

      Ensure that the following requirements are met with regards to Locksmith services consisting of, but not limited to:

      — Provide all materials on a like for like basis or equal and approved specification, consumables and equipment required to provide the locksmith services and where Cell Security all items used are in accordance with the Home Office Approved Suppliers.

      — Provide specialist Keys I.e. KABA and such like as and when required. In addition to the supply of key cutting and supply of additional keys and associated services as and when required.

      — Provide a reactive locksmith service (on a 24/7/365 basis), with an onsite response to meet all category response times as shown in the reactive response times table.

      — Provide lock cylinder changes and provide keys as part of the Authority's residential void process.

      — Provision of a reactive call out service for the repair, replacement, installation and maintenance of all types of locks and catches in the MOPAC estate including specialist cell and custody suite locks, .

      — Gain entry to premises and equipment/assets, this includes residential and commercial property, safes, safe deposit boxes, secure boxes, vaults etc. in support of Police Operations (on 24/7/365 basis).

       

      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: 177 500 000.00 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
      Envisaged number of candidates: 8
      Objective criteria for choosing the limited number of candidates:

       

      Object criteria for choosing the limited number of candidates: Highest scoring suppliers and compliance to SSQ criteria.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      To extend the 36 or 60 months term of this call off agreement by up to two 12 months at the sole discretion of the MOPAC/MPS

      Number of possible renewals 2.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Lot 2 South Framework for the provision of Planned and Reactive Mechanical, Electrical, General Building Works, Reactive Plumbing, Locksmith Service

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      35821000
      37420000
      44112000
      44115000
      44115800
      44220000
      44230000
      45000000
      45110000
      45210000
      45211000
      45211340
      45211350
      45212000
      45212400
      45212410
      45213000
      45214800
      45216000
      45216100
      45216110
      45262690
      45262700
      45262800
      45300000
      45400000
      45442110
      45450000
      45451000
      71000000
      71247000
      79931000
      79993000
      98395000
      II.2.3)Place of performance
      NUTS code: UKI2
      NUTS code: UKI1
      NUTS code: UKI
      NUTS code: UK
      Main site or place of performance:

       

      UK Mainland mainly Greater London.

       

      II.2.4)Description of the procurement:

       

      The provision of a full maintenance (reactive and planned) service for Mechanical & Electrical, General Building Works and Locksmiths Maintenance Services. The reactive and planned maintenance service must be provided on a 24/7/365 basis across the Estate, The Estate covers 32 boroughs within the Greater London area, and a number of other locations, more fully defined in the scope of works section.

      It should be acknowledged that the size, nature and location of sites operated by The Authority, and its requirement for security services, are subject to change over the duration of the contract. The Supplier shall make provision to support The Authority with the implementation of such change, ensuring that services are scalable and the required equipment and labour is available at all times to support the Service.

      Including but not limited to, Planned Maintenance, Statutory Inspections and compliance testing; reactive call out service for repair and replacement; small works projects.

      M&E

      Consisting of, but not limited to:

      — fixed access & protection systems.

      — access control.

      — air conditioning & ventilation.

      — fixed electrical equipment.

      — lighting.

      — fire detection & protection.

      — fuel tanks & pipelines.

      — combined heat and power units.

      — gas meter & pipework installation.

      — various boilers, gas, steam, oil etc.

      — hot water systems.

      — kitchen equipment.

      — lifting equipment.

      — compressed air systems.

      — security & communication systems and equipment.

      — generators.

      — UPS.

      — Lifts (goods, passenger & service lifts etc.)

      — waste & drainage systems.

      — water systems including pipework, tanks and pumps.

      — water treatment systems.

      General Building works (GBW)

      Consisting of, but not limited to:

      — maintenance of roofs, walls, chimney's, windows & doors, ceilings etc.

      — external & internal decorating.

      Locksmiths

      Ensure that the following requirements are met with regards to Locksmith services consisting of, but not limited to:

      — Provide all materials on a like for like basis or equal and approved specification, consumables and equipment required to provide the locksmith services and where Cell Security all items used are in accordance with the Home Office Approved Suppliers.

      — Provide specialist Keys I.e. KABA and such like as and when required. In addition to the supply of key cutting and supply of additional keys and associated services as and when required.

      — Provide a reactive locksmith service (on a 24/7/365 basis), with an onsite response to meet all category response times as shown in the reactive response times table

      — Provide lock cylinder changes and provide keys as part of the Authority's residential void process.

      — Provision of a reactive call out service for the repair, replacement, installation and maintenance of all types of locks and catches in the MOPAC estate including specialist cell and custody suite locks.

      — Gain entry to premises and equipment/assets, this includes residential and commercial property, safes, safe deposit boxes, secure boxes, vaults etc. in support of Police Operations (on 24/7/365 basis).

       

      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: 130 000 000.00 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
      Envisaged number of candidates: 8
      Objective criteria for choosing the limited number of candidates:

       

      Object criteria for choosing the limited number of candidates: Highest scoring suppliers and compliance to SSQ criteria.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      To extend the 36 month or 60 month term of this call off agreement by up to two 12 months at the sole discretion of the MOPAC/MPS

      Number of possible renewals: 2.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 2
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the 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
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 03/07/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 23/08/2017
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Metropolitan Police Service
      11th Floor West Empress State Building Empress Approach Lillie Road Earls Court
      London
      SW6 1TR
      United Kingdom
      E-mail: MjIwPF5bT2FeUVlRWmBVWVxeW2JRWVFaYF8sWVFgGlxbWFVPURphVw==

      Internet address:https://www.london.gov.uk/what-we-do/mayors-office-policing-and-crime-mopac

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      01/06/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 02.06.2017
Zuletzt aktualisiert 02.06.2017
Wettbewerbs-ID 2-267176 Status Kostenpflichtig
Seitenaufrufe 46