Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Police, Fire and Crime Commissioner for Essex
Kelvedon Park
Rivenhall, Witham
CM8 3HB
UK
Telephone: +44 1474366650
E-mail: procurement.services@kent.essex.pnn.police.uk
NUTS: UK
Internet address(es)
Main address: https://www.essex.police.uk/
Address of the buyer profile: https://kentpolice-essexpolice.bravosolution.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://kentpolice-essexpolice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://kentpolice-essexpolice.bravosolution.co.uk
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
Chelmsford Police Station Remodelling
Reference number: 2018/055
II.1.2) Main CPV code
45453100
II.1.3) Type of contract
Works
II.1.4) Short description
General works to provide new refurbished and remodelled open plan offices with meeting rooms, break-out rooms, tea points, rest area and kitchen, interview room, quiet room, individual toilets, disabled wc’s, showers, locker rooms, drying room, cleaner cupboards, various stores, property, IT/server rooms, service rooms.
M&E will include full electrical rewire, power, lighting, data, PAC, fire alarm, PA, replacement lift and heating (BMS Controls).
II.1.5) Estimated total value
Value excluding VAT:
4 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45000000
45100000
45310000
45320000
45330000
45350000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Chelmsford Police Station
II.2.4) Description of the procurement
As stated in the tender documents accessed via the Authorities tendering portal.
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:
4 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Ranked by qualitative scoring, as detailed within the Prequalification Questions and the Expression of Interest document.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the procurement documents.
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
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/04/2019
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
09/04/2019
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
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court
The Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4) Service from which information about the review procedure may be obtained
High Court
The Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
01/03/2019