The current contract for Architectural, construction, engineering and inspection services – Framework Lead is projected to end on 30-NOV-18 and may be available for retender. Framework Agreement for the Provision of Property Consultancy Services.
This OJEU contract notice is giving notice of the procurement of a framework agreement.
The Police and Crime Commissioner for Essex (the ‘Contracting Authority’) intends to use the open procedure of the Public Contracts Regulations 2015 to procure a framework agreement (‘the Framework Agreement’).
The Contracting Authority intends to procure the Contract for its own benefit and for the benefit of the Kent Police and Crime Commissioner (together the ‘Participating Authorities’) to whom it works with closely to procure certain services.
The Framework will be split into four (4) work-streams and the Participating Authorities will then call-off for services under these:
1. To advise on the delivery and procurement of a new Headquarters for Essex Police;
2. To provide independent advice on a case by case basis on future estates, construction and quantity surveyor queries;
3. Provide and run projects on behalf of the relevant Participating Authority;
4. To provide building condition surveys and associated services.
The framework will be with a single supplier and the Contracting Authority expects the provider to be able to provide all these services themselves or through appropriate sub-contracting or consortium arrangements.
It is anticipated that the Contract will cover a wide range of services (the ‘Services’) including without limitation the following:
– Project management services,
– Building engineering services,
– H&S/Statutory compliance,
– architects/architectural services,
– Structural engineers,
– Geotechnical engineers,
– Highway engineers/traffic engineering,
– Quantity surveyors,
– Aboricultural specialists,
– Planning consultants/town planning,
– Acoustics specialists,
– Space planning,
– Mechanical and electrical engineers,
– Valuation advice,
– Building surveyors,
– Facilities management,
– Commercial property management.
This list is not exhaustive and consideration may be given during the procurement process to the inclusion of additional services or options for additional services which will assist in delivering the Services.
Full details of the exact services constituting the Services will appear in the tender documentation, as will details of the mechanisms to be used by the Participating Authorities to place orders for the Services (‘call-off consultancy contracts’) under the Framework Agreement.
The duration of an individual call-off consultancy contract under the Framework Agreement will be for a maximum of five years, the duration will be governed by the precise subject matter of the call-off contract concerned. The form of the call-off contract is a consultancy service contract prepared for use in relation to construction projects and is set out in the final Framework Agreement, subject to the right to make specific amendments in respect of an individual call-off.
The Contracting Authority does not give a guarantee or warranty as to the nature or volume of the Services or the number of call-offs, if any, under the Framework Agreement.
It should also be noted that in addition to any change in the structure or identity of the Contracting Authority and/or the Participating Authority in the event of re-structuring within the Police, this procurement and any Framework Agreement awarded will pass to successor authorities from the Contracting Authority and the Participating Authority as relevant and appropriate.
The Contracting Authority reserves the right to not award the Framework Agreement.
Common procurement vocabulary (CPV): 71000000, 71530000, 71315200, 71315210, 71540000, 71541000, 71320000, 71500000, 71220000, 71210000, 71221000, 71322100, 71322400, 71250000, 71251000, 71332000, 71311210, 71311220, 71356400, 71312000, 71200000, 71400000, 71410000, 71240000, 71313200, 70332200,