Construction Contract Leads
West Midlands
Category Services
Type
No. of Lots 3
Status Active
Published 14th Mar 2024
Reference | ocds-h6vhtk-0448d1 |
Common Procurement Vocabulary | Electrical services |
Procurement Method | Open procedure |
Value | £6,000,000 |
West Midlands
Category Services
Type
No. of Lots 3
Status Active
Published 14th Mar 2024
Reference | ocds-h6vhtk-0448d1 |
Common Procurement Vocabulary | Electrical services |
Procurement Method | Open procedure |
Value | £6,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Sandwell Metropolitan Borough Council
Sandwell Council House, Freeth Street
Oldbury
B69 3DB
Contact
Andy Jukes
andy_jukes [at] sandwell.gov.uk
Country
United Kingdom
NUTS code
UKG37 - Sandwell
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sandwellmbc
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/sandwellmbc
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Tender for Electrical Repairs and Maintenance
Reference number
SMBC 23044
II.1.2) Main CPV code
- 71314100 - Electrical services
II.1.3) Type of contract
Services
II.1.4) Short description
Sandwell MBC’s Housing and Communities Directorate is responsible for the management, maintenance, and repair of housing properties owned by Sandwell MBC. We are looking to enter into Term Contracts to undertake the necessary repair/maintenance, cyclical maintenance and electrical installation condition reports to both domestic properties and communal areas to include roof fans, emergency lighting, fire alarms within the Borough of Sandwell on a geographical split.
II.1.5) Estimated total value
Value excluding VAT: £6,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Electrical Services (North) and (South)
Lot No
Lot 1
II.2.2) Additional CPV code(s)
- 71314100 - Electrical services
II.2.3) Place of performance
NUTS codes
- UKG37 - Sandwell
II.2.4) Description of the procurement
Please refer to the ITT Documents
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: £2,900,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2024
End date
31 May 2028
This contract is subject to renewal
No
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.2.14) Additional information
Please Note: The contract period (subject to termination) will be three (3)+ one (1) years, commencing 01 June 2024 and expiring 4 years later on 31 May 2028 (Subject to 1 year extension)
II.2) Description
II.2.1) Title
Electrical Periodic Inspection and reporting (North) and (South)
Lot No
Lot 2
II.2.2) Additional CPV code(s)
- 71314100 - Electrical services
II.2.3) Place of performance
NUTS codes
- UKG37 - Sandwell
II.2.4) Description of the procurement
Please refer to the ITT Document
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: £2,900,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2024
End date
31 May 2028
This contract is subject to renewal
No
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.2.14) Additional information
Please Note: The contract period (subject to termination) will be three (3)+ one (1) years, commencing 01 June 2024 and expiring 4 years later on 31 May 2028 (Subject to 1 year extension)
II.2) Description
II.2.1) Title
Fire Alarms
Lot No
Lot 3
II.2.2) Additional CPV code(s)
- 71314100 - Electrical services
II.2.3) Place of performance
NUTS codes
- UKG37 - Sandwell
II.2.4) Description of the procurement
Please refer to the ITT Documents
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: £200,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2024
End date
31 May 2028
This contract is subject to renewal
No
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.2.14) Additional information
Please Note: The contract period (subject to termination) will be three (3)+ one (1) years, commencing 01 June 2024 and expiring 4 years later on 31 May 2028 (Subject to 1 year extension)
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
Please refer to the ITT Documents
III.1.2) Economic and financial standing
List and brief description of selection criteria
Please refer to the ITT Documents
Minimum level(s) of standards possibly required
Please refer to the ITT Documents
III.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to the ITT Documents
Minimum level(s) of standards possibly required
Please refer to the ITT Documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please refer to the ITT Documents
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not applicable
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.2.2) Time limit for receipt of tenders or requests to participate
Date
15 April 2024
Local time
3:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
15 April 2024
Local time
3:00pm
Place
Sandwell Metropolitan Borough Council
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
VI.3) Additional information
The Council will be using the In-tend e-Tendering System for this Procurement exercise, please visit https://in-tendhost.co.uk/sandwellmbc to access the Sandwell MBC In-tend Supplier Portal. From here you will be able to register your company, express an interest in the opportunity, and gain immediate access to the ITT and other related documents. In Order to View the On-Line Questionnaire and Submit a Tender, you will be required to` Opt-In`. For a Step by Step user guide to the Sandwell MBC In-tend Supplier Portal please click on the `Guidance for Suppliers` section of the website. All procurement responses must be carried out via the Sandwell MBC In-tend Supplier Portal. If you require further assistance in respect of the system, please contact the In-tend support team on 0844 272 8810.
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England
Royal Courts of Justice the Strand
London
WC2A 2LL
Country
United Kingdom