West Midlands Police Combined Building Services Maintenance Contract
The contract is to provide a ‘one-stop’ maintenance service for all the mechanical, electrical and water services within West Midlands Police Headquarters.
United Kingdom-Birmingham: Repair and maintenance services of electrical and mechanical building installations
2019/S 106-259204
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
n/a
Police Headquarters, Lloyd House, Colmore Circus
Birmingham, West Midlands
B4 6NQ
United Kingdom
Contact person: Peter Whale
E-mail: peter.whale@west-midlands.pnn.police.uk
NUTS code: UK
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40400
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
West Midlands Police Combined Building Services Maintenance Contract
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The contract is to provide a ‘one-stop’ maintenance service for all the mechanical, electrical and water services within West Midlands Police Headquarters and other sites associated with West Midlands Police. The contract will provide planned preventative maintenance, reactive (repair) maintenance and improvement activities. Smaller reactive and improvement work will be handled through a call-off provision. The buildings to be covered by the maintenance contract are Lloyd House, Colmore Circus, Birmingham. B4 6NQ and approximately half a dozen other sites within the West Midlands. These will be split into 2 lots:
— Lloyd House, and
— The Other Sites.
II.1.6)Information about lots
See tender documentation.
II.2.1)Title:
West Midlands Police Combined Building Services Maintenance Contract
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Midlands Police selected sites.
II.2.4)Description of the procurement:
The contract is to provide a ‘one-stop’ maintenance service for all the mechanical, electrical and water services within West Midlands Police Headquarters and other sites associated with West Midlands Police. The contract will provide planned preventative maintenance, reactive (repair) maintenance and improvement activities. Smaller reactive and improvement work will be handled through a call-off provision. The buildings to be covered by the maintenance contract are Lloyd House, Colmore Circus, Birmingham. B4 6NQ and approximately half a dozen other sites within the West Midlands. These will be split into 2 lots:
— Lloyd House, and
— The Other Sites.
The contract will be with the Police and Crime Commissioner for West Midlands (PCCWM), has a minimum duration of 2 years that may then be extended annually on 3 separate occasions up to a total duration of 5 years; i.e. 2+1+1+1.The contractor/s will be responsible for the day to day running of all the equipment within the scope of this contract, to ensure it stays safe, to ensure it meets all statutory requirements and as far as reasonably practical to ensure it is available for use and operating efficiently. The nature of the contract is to provide a planned maintenance and reactive repair service so that the mechanical, electrical and water services at Lloyd House and the Other Sites are maintained in a good and safe working order. Planned maintenance and improvement works to be provided during the normal working week; reactive repairs to be undertaken at any time and supported by an out of hour’s call-out service. The contractor is to work to the current editions of all applicable regulations and standards, including any which are newly created or updated during the life of the Ccontract.
Planned maintenance work shall be to SFG20, and to the standards referenced by SFG20.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will be with the Police and Crime Commissioner for West Midlands (PCCWM), has a minimum duration of 2 years that may then be extended annually on 3 separate occasions up to a total duration of 5 years; i.e. 2+1+1+1.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Birmingham
United Kingdom
VI.5)Date of dispatch of this notice: