Mechanical and Electrical Services Tender
Solihull MBC.
UK-Solihull: repair and maintenance services of electrical and mechanical building installations
2012/S 21-034391
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Solihull MBC
P O Box 18 Council House
For the attention of: Derek Churchard
B91 9QS Solihull
UNITED KINGDOM
Telephone: +44 1217046410
E-mail: procurementteam@solihull.gov.uk
Internet address(es):
General address of the contracting authority: www.solihull.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
Coventry City Council
5th Floor, Spire House, New Union Street
CV1 2PW Coventry
UNITED KINGDOM
Nuneaton and Bedworth Borough Council
Council House, Coton Road
CV11 5AA Nuneaton
UNITED KINGDOM
Aston Manor Academy
Phillips Street
B6 4PZ Aston, Birmingham
UNITED KINGDOM
Holyhead School
Milestone Lane
B21 0HN Handsworth, Birmingham
UNITED KINGDOM
Sutton Coldfield Girls School
Jockey Road
B73 5PT Sutton Coldfield, Birmingham
UNITED KINGDOM
Stratford-on-Avon District Council
Elizabeth House, Church Street, Warwickshire
CV37 6HX Stratford-upon-Avon
UNITED KINGDOM
Warwickshire Country Council
Shire Hall, CV34 45A
Warwick
UNITED KINGDOM
Section II: Object of the contract
Main site or location of works, place of delivery or of performance: UK.
NUTS code UK
Duration of the framework agreement
Duration in years: 7
Justification for a framework agreement, the duration of which exceeds four years: The duration of this framework agreement is 7 years as indicated plus an option for a 3 year extension. A single operator, acting in a partnering arrangement, will be expected to support all participating contracting authorities within the UK in developing collaborative initiatives through this framework. This will include a focus on key strategic objectives including driving efficiencies through the entire supply chain, waste reduction and standardisation. Investing in local communities, providing long term training and job opportunities. In addition, the operator may be required to support contracting authorities with the delivery of long term strategic programmes of asset investment, servicing and maintenance work and also incur on-going capital set up costs for providing certain elements of the work within various sub-regional areas. The benefits of such initiatives and investment for both the operator and contracting authorities will only be realised over the longer term. Feedback from consultation with the construction industry has also supported the view that a term significantly longer than four years would be needed in order to realise a beneficial return on investment.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 40 000 000,00 and 600 000 000,00 GBP
All M&E cyclical service, testing and maintenance works including day to day reactive works.
M&E engineering design, commissioning and sign off.
M&E feasibility and energy studies.
Types of disciplines included under “M&E” (but not limited to) includes:- mechanical installations (heat generating and distribution equipment), air conditioning installations, air handling installations, refrigeration plant and equipment, educational / commercial / catering extraction equipment and installations, gas installations, catering equipment, pressure / expansion vessels, fire fighting and sprinkler equipment and installations, electrical installations, portable appliance testing, fire alarm installations, emergency lighting installations, data and communication installations, automatic door / shutter / access barrier installations, access control installations, heating control / building management system / building energy management system installations, sustainable / renewable / energy advise and installations, air and ground source heat pump installations, lightning protection system installations. Sewage plant installations.
The above works could be carried out on domestic, corporate, educational, commercial and light industrial portfolio of properties.
50710000, 50720000, 71334000, 50883000, 45259000, 45259300, 45331000, 09332000, 35100000, 45310000, 45321000, 45330000, 45340000, 45350000, 50500000, 51100000, 71314000, 71314200, 71314300, 71315000, 71321000, 32230000, 50413200, 45400000, 45210000
The other Local Authorities (includes Police, Fire, Education etc) that may join this contract can be identified at the following web links:
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
http://www.edubase.gov.uk/EstablishmentFind.aspx
http://www.schoolswebdirectory.co.uk/localauthorities.php
http://www.hero.ac.uk/uk/universities___colleges/
http://www.policeinformation.co.uk/policedirectory/
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.charitycommission.gov.uk/registeredcharities/first.asp
http://www.direct.gov.uk/en/DI1/Directories/A=ZOfCentralGovernment/index
http://www.direct.gov.ukDI1/Directories/AZOfCentralGovernment/index.htm
Estimated value excluding VAT:
Range: between 4 000 000,00 and 600 000 000,00 GBP
Description of these options: The partnering arrangement will have a maximum duration of 10 years – The contract will be for an initial 7 year period with the option to extend for up to 3 additional years. For the avoidance of doubt the maximum length of the contract will therefore be 10 years.
Section III: Legal, economic, financial and technical information
a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering. Statement confirming that items (a) to (k) do not apply will be required.
Description of particular conditions: The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, culture, disability, gender, marital status, race, religion or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Sex Discrimination act 1975 and the Disability Discrimination Act 1995 and any regulations made there under. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Employment Equality (Age) Regulations 2006. The Supplier must comply with the provisions of the Race Relations Act 1976 and the Race Relations (Amendment) Act 2002 and shall ensure that they perform their responsibilities under this Agreement with due regard to the need to eliminate unlawful racial discrimination, and to promote equality of opportunity and good relationships between different racial groups.
As detailed in Pre Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As detailed in the Pre Qualification Questionnaire.
The most economically advantageous tender in terms of the criteria stated below
1. Price/value for money. Weighting 40
2. Customer focus & performance management. Weighting 12
3. Approach to partnering, adding value, innovation & learning. Weighting 12
4. Supply chain management. Weighting 6
5. Technical ability/capacity. Weighting 12
6. IT & systems. Weighting 10
7. Environment and health & safety. Weighting 6
8. Legal/contractual issues. Weighting 2
Payable documents: no
Section VI: Complementary information
Estimated timing for further notices to be published: September 2020.
All tenders costs and liabilities incurred by the bidders are the sole responsibility of the bidders.
As previously stated in II.2.1 – The other Local Authorities (includes Police, Fire, Education etc) that may join this contract can be identified at the following web links:
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
http://www.edubase.gov.uk/EstablishmentFind.aspx
http://www.schoolswebdirectory.co.uk/localauthorities.php
http://www.hero.ac.uk/uk/universities___colleges/
http://www.policeinformation.co.uk/policedirectory/
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.charitycommission.gov.uk/registeredcharities/first.asp
http://www.direct.gov.uk/en/DI1/Directories/A=ZOfCentralGovernment/index
http://www.direct.gov.ukDI1/Directories/AZOfCentralGovernment/index.htm
VI.5)Date of dispatch of this notice:30.1.2012