Building Repairs and Services Maintenance, Testing, Inspection and Minor Works
The contract will provide the Council with the ability to commission building repairs and services maintenance, testing, inspection and minor improvement work on the council’s property and estate portfolio which may include schools if they choose to participate.
UK-Hereford: Repair and maintenance services
2013/S 020-031459
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Herefordshire Council
Herefordshire Council, Brockington 35 Hafod Road
For the attention of: Walter Longden
HR4 1SH Hereford
UNITED KINGDOM
Telephone: +49 143260000
E-mail: procurement@herefordshire.gov.uk
Internet address(es):
General address of the contracting authority: www.herefordshire.gov.uk
Address of the buyer profile: https://herefordshire.gov.uk
Electronic access to information: https://tenders.herefordshire.gov.uk
Electronic submission of tenders and requests to participate: https://tenders.herefordshire.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: The main site or location of works, place of delivery is the county of Herefordshire, However, it is the intention of the Authority that this contract will be available for use (although such usage cannot be guaranteed) by other local authorities. The place of performance may therefore be wider. Please see section VI.3 for further detail.
Nuts Code UKG, UKG11.
NUTS code UKG1,UKG11
The total spend per annum will not exceed GBP 2,5 m per annum. Suppliers should be aware that there is no guaranteed quantity, type or continuity of work or spend during the life of the contract.
The contract will also be used for the supply of a twenty four hour on call service where specified, to provide a complete emergency repairs and maintenance service to the council throughout a 24 hour, 7 day week including cover during annual and public holidays.
The Contract is for an initial period of 3 years with options to extend for two further periods of 12 months. The maximum contract term therefore will not exceed 5 years (60 months).
On occasions where the Provider and their employees or subcontractors are required to visit or provide services to premises with vulnerable groups including children, they must have completed an Enhanced DBS check (Disclosure and Barring Service) to determine if they are prevented from working with vulnerable groups.
Herefordshire Council is committed to, as far as possible, ensuring that the procurement of these services and works will improve the economic, social and environmental well-being of Herefordshire. This PQQ will examine the track record of prospective bidders, by asking them to supply information identifying previous achievements in delivering social and/or environmental policy objectives relating to recruitment, training and supply chain initiatives.
50000000, 50500000, 50514100, 50700000, 50710000, 50720000, 50730000, 50750000, 50760000, 50882000, 50883000, 90400000, 51511000, 45200000, 45260000, 45262660, 45262700, 45310000, 45330000, 45340000, 45400000, 24962000
The services are currently undertaken by more than one provider it is anticipated Contracting Authority will manage a phased migration of works and services in two phases.
Phase 1: (on commencement of the contract)
Building Repairs:
Inspect, diagnose, report and carry out reactive repairs, replacement and renewals to the internal and external building fabric and structure, including walls, floors, roofs, leadwork, doors, windows, glazing, ceilings, plasterwork, fixtures and fittings, carpentry and joinery, decoration, tiling, stairways, gutters, downpipes, surface and foul water drainage, soakaways and septic tanks. External paved and access areas, fencing, screens, railings, gates, posts, and bollards, maintenance of grassed areas, trees and shrubs. Provide an asbestos management and removal service.
Planned and Cyclical Maintenance:
I. Electrical services testing and maintenance.
II. Traveller sites, fairs and public amenities.
III. Emergency lighting and certification.
IV. Electrical safety.
V. Electrical heating and boiler systems.
VI. Portable appliance testing.
VII. Mechanical power operated doors.
VIII. Catering equipment repairs maintenance and servicing.
IX. Hoist and access equipment.
X. Fire prevention and safety equipment.
XI. Oil tanks.
XII. Sewage treatment and plant maintenance.
XIII. Specialist pump maintenance.
XIV. Compressors and pressure vessels.
Phase 2: (on expiry date of the existing contract) The Contracting Authority reserves the right to limit the transfer of some or all of the following services to the new Provider.
Planned and Cyclical Maintenance:
I. Gas, Oil, LPG, Biomass heating systems, boilers and installations.
II. Ground and Air source heating systems.
III. Gas safety.
IV. Lifts maintenance and repairs.
V. Air conditioning and refrigeration.
VI. Water treatment legionella.
VII. Fire and Intruder alarms.
VIII. Fire equipment and extinguishers.
IX. Clocks.
Emergency Out of Hours Service.
Provide an emergency out of hour’s service for the all the works and services listed above.
Minor Works.
The authority will include within the contract a provision for minor work: improvements, alterations and refurbishments packages to the Building Fabric, Services and Installations. Individual project values will not exceed GBP 100,000.00 and total expenditure will not exceed GBP 1,000,000 per annum. The provider will need to meet satisfactory performance indicators in service delivery before being given the opportunity to undertake minor works. Further detail will be provided in the Invitation to Tender. There are no guarantees regarding the volume and value of work and the authority reserve the right to seek alternative procurement routes for this work.
Further detail on all these services will be provided in the Invitation to Tender.
Estimated value excluding VAT:
Range: between 7 500 000 and 12 500 000 GBP
Description of these options: The Contract for all the works and services described will be awarded to a single Provider for an initial contract period of 3 years (36 months) with the option to extend by mutual consent for a further two periods of 12 months. The maximum term of the contract therefore, will not exceed 5 years (60 months).
Section III: Legal, economic, financial and technical information
Description of particular conditions: The Provider will be required to actively participate in the economic and social regeneration of Herefordshire (as the place of primary delivery). This will include working with local communities to stimulate the local economy, developing supply chain opportunities, apprenticeships and training initiatives.
The Provider will also be required to meet environmental performance requirements and to this end, the contract will contain performance conditions that will relate to economic, social, community focused service delivery and environmental considerations.
In addition the Contracting Authority may treat an Economic Operator as ineligible or decide not to select an Economic Operator if any of the grounds set out in Re.23 (4) Public Contract Regulations (SI 2006 No.5) apply.
Accordingly candidates will only be required to complete a self-declaration that none of the above grounds apply.
Further detail is set out in the Pre-Qualification Questionnaire documents.
Will be detailed in a pre-qualification questionnaire and in accordance with Regulation 25 (2) of the UK Public Contract Regulations 2006 (SI 2006 No.5).
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As defined in the Pre-Qualification Documents.
Prior information notice
Notice number in the OJEU: 2012/S 165-273945 of 29.8.2012
Other: English
Section VI: Complementary information
Estimated timing for further notices to be published: 60 months from contract award however the timing will depend upon the length of the initial term of the contract and the uptake of any options.
Variant bids will be accepted if accompanied by a compliant tender.
Local Authorities (as defined in Regulation 3(2) to (5) of the Public Contracts Regulations 2006 (as amended) and their statutory successors and organisations created as a result of re-organisation or organisational changes). A list of the local authorities eligible to use this contract is currently available via the following link which constitutes a searchable facility.
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG
A list is also currently available at: http://www.idea.gov.uk/idk/org/la-data.do
The Pre-Qualification documents will be available in electronic format. Please follow the URL below to the Councils e-sourcing system Proactis to register your interest; access documents and submit a response to the PQQ. Organisations wishing to participate in this procurement must first register their interest via this link.
https://tenders.herefordshire.gov.uk/SupplierPortal/
The Proactis support team can be contacted at procurement@herefordshire.gov.uk or via +44 1432261617 (UK).
Herefordshire Council
Brockington, 35 Hafod Road
HR1 1SH Hereford
UNITED KINGDOM
E-mail: procurement@herefordshire.gov.uk
Telephone: +44 1432260000
Internet address: https://www.herefordshire.gov.uk