You are in:

Contents

Report 21 of the 19 Jul 01 meeting of the Finance, Planning and Best Value Committee and discusses the construction of buildings to accommodate call centres at Peel Centre, Hendon; Bow Road and Lambeth Support Headquarters for the C3i project.

Warning: This is archived material and may be out of date. The Metropolitan Police Authority has been replaced by the Mayor's Office for Policing and Crime (MOPC).

See the MOPC website for further information.

Construction of new call centre buildings for the C3i service

Report: 21
Date: 19 July 2001
By: Commissioner

Summary

This report outlines the requirements for the construction of buildings to accommodate call centres at Peel Centre, Hendon; Bow Road and Lambeth Support Headquarters for the C3i project. The buildings are required to accommodate the MPS replacement call handling, communications and information service.

A. Recommendations

  1. Members are asked to note the contents of this report.
  2. Members are asked to approve the request for tender action for contracts to provide the construction of new buildings at Peel Centre, Hendon and Bow Road and the refurbishment of Block A at Lambeth Support Headquarters.

B. Supporting information

1. New contracts need to be set in place for the construction of new call-handling centres on the MPS Peel Centre site, Hendon and at Bow Road, and for the refurbishment of part of the existing Support Headquarters building (Block A) at Lambeth. The buildings will comprise the three facilities required to house the replacement call handling, communications and information service for the MPS, known as the C3i Service.

2. In order to co-ordinate the implementation of the replacement service with the implementation of the national airwave radio system the buildings must be completed by October 2003. To achieve this date there must be a start on site date of April 2002 for Peel Centre, Hendon and Lambeth and July 2002 for Bow Road. This will require the appointment of the contractors by October 2001 and January 2002 with contract award dates of February 2002 and April 2002 respectively.

3. As each building contract has an estimated value over the EC threshold of £3,611,395 advertisements must be placed in the official journal requesting expressions of interest. Because the timescales are tight to achieve the first start on site dates by April 2002, it will be necessary to issue the advertisement under accelerated restricted procedures and before the overall C3i Procurement Strategy has been approved as part of the Gateway process. The Gateway process has been introduced by the Office of Government Commerce (OGC) to ensure the successful management and progress of major government projects, particularly where Home Office funding is required. This urgent situation has arisen following the Authority's decision in February this year not to proceed with the PFI tender exercise. MPA authority to proceed with a different option for delivery of the service was subsequently given in May. Any companies invited to tender will be advised that there can be no award of contract unless the Gateway reviews have been completed and external funding streams have been secured by the MPA.

4. The procurement method that is proposed for each building contract is a two-stage process based on quality of submission and price. The first stage entails the selection of a contractor for each project based on a tender of overheads and profits set against prime cost estimate. Once selected the second stage process entails detailed collaboration with the selected contractors to formulate a maximum price for the construction of each building. This will involve detailed discussions on design and buildability to identify, mitigate or apportion risk. Committal will be in two phases. The first stage of each project will entail funding for the contractor's input into buildability, innovation and the preparation of the detailed building requirement and costing. The second stage committal on each building will be for the total construction.

5. Appointment of a contractor at the end of the first stage is within MPS delegated authority limits. However, recommendation for contract award at the end of the second stage on each of the projects will be placed before the Committee in due course.

C. Financial implications

Financial details of the contracts for the construction works for the buildings are contained in a separate 'exempt' report, to be considered in Part 2 of the Finance, Planning and Best Value Committee meeting.

D. Background papers

None.

E. Contact details

The author of this report is Trevor Lawrence, MPS Director Property Services.

For information contact:

MPA general: 020 7202 0202
Media enquiries: 020 7202 0217/18

Send an e-mail linking to this page

Feedback