Construction Tenders

Sat May 18 2024

Related Information

Construction Contract Leads

West Midlands

Category Services

Type

No. of Lots 4

Status Active

Published 25th May 2023

Tender Details
Referenceocds-h6vhtk-03cf88
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£760,000
More Tenders »

West Midlands

Category Services

Type

No. of Lots 4

Status Active

Published 25th May 2023

Tender Details
Referenceocds-h6vhtk-03cf88
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£760,000

Section I: Contracting authority

I.1) Name and addresses

West Midlands Fire and Rescue Authority

99 Vauxhall Road, Nechells

Birmingham

B7 4HW

Contact

Sophie Manns

Email

sophie.manns [at] wmfs.net

Telephone

+44 1213806180

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

National registration number

VAT No. 281 2856 47

Internet address(es)

Main address

http://www.wmfs.net

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/34952

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=68894&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=68894&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local Agency/Office

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

FRAMEWORK AGREEMENT FOR REACTIVE REPAIRS AT VARIOUS FIRE SERVICE LOCATIONS

Reference number

C5440

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

A Framework Agreement for the reactive repairs for all WMFS sites.

Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems e.g. repair to a toilet. The works could potentially be required across the West Midlands region, which is split into the following areas: Birmingham North and South, Black Country North and South and Coventry and Solihull.

Full details can be found in the Specification (Appendix 2)

The Framework will be divided into the following work packages “Lots”:

Lot 1 - Building Works

Lot 2 - Electrical Works

Lot 3 - Plumbing Works

Lot 4 – Roofing works

Tenderers are invited to bid for all or any of the available Lots. It is the preference of the Authority that all the above Lots will be awarded to three suppliers per Lot.

II.1.5) Estimated total value

Value excluding VAT: £760,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers are invited to bid for all or any of the available Lots. It is the preference of the Authority that all the above Lots will be awarded to three suppliers per Lot.

II.2) Description

II.2.1) Title

Building Works

Lot No

1

II.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations

II.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UK - United Kingdom

II.2.4) Description of the procurement

Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems, Lot 1 is specifically building related reactive works e.g. repair to a door.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 5%

Price - Weighting: 40%

II.2.6) Estimated value

Value excluding VAT: £160,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Details to be provided in 2027.

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

II.2) Description

II.2.1) Title

Electrical Works

Lot No

2

II.2.2) Additional CPV code(s)

  • 50711000 - Repair and maintenance services of electrical building installations

II.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

II.2.4) Description of the procurement

Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems, Lot 2 is specifically electrical related reactive works e.g. repair a faulty light.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 5%

Price - Weighting: 60%

II.2.6) Estimated value

Value excluding VAT: £310,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Details to be provided in 2027.

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

II.2) Description

II.2.1) Title

Plumbing Works

Lot No

3

II.2.2) Additional CPV code(s)

  • 45330000 - Plumbing and sanitary works

II.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

II.2.4) Description of the procurement

Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems, Lot 3 is specifically plumbing related reactive works e.g. blocked toilets.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 5%

Price - Weighting: 60%

II.2.6) Estimated value

Value excluding VAT: £240,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Details to be provided in 2027.

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

II.2) Description

II.2.1) Title

Roofing Repairs

Lot No

4

II.2.2) Additional CPV code(s)

  • 45261420 - Waterproofing work

II.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

II.2.4) Description of the procurement

Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems, Lot 3 is specifically roofing related reactive works e.g. leaking roof.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 5%

Price - Weighting: 60%

II.2.6) Estimated value

Value excluding VAT: £40,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Details to be provided in 2027.

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.1.2) 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

III.2.2) Contract performance conditions

Key Performance Indicators are available at appendix 8.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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: 12

IV.1.8) Information about the 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

26 June 2023

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

26 June 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 Years

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom