Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
UK
Contact person: Procurement
Telephone: +44 1743252992
E-mail: procurement@shropshire.gov.uk
NUTS: UKG22
Internet address(es)
Main address: www.shropshire.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Miscellaneous-repair-and-maintenance-services./WRUUGWMP86
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Miscellaneous-repair-and-maintenance-services./WRUUGWMP86
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Miscellaneous-repair-and-maintenance-services./WRUUGWMP86
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
RMCB 054 - Maintenance of Air Conditioning, Refrigeration, Heat Pumps, Air Handling Units and Ventilating Plant
Reference number: RMCB 054
II.1.2) Main CPV code
50800000
II.1.3) Type of contract
Services
II.1.4) Short description
The Maintenance of Air Conditioning, Refrigeration, Heat Pumps, Air Handling Units and Ventilating Plant. The maintenance contract shall be in the format of mobile periodic maintenance, including consumables, specialist labour plus emergency callouts, spares and specified replacement parts.
The initial term of the Contract will run from 1st April 2025 to 31st March 2028. Following this period, the contract may be extended by an additional two years (until 31st March 2030), contingent on satisfactory performance during the initial term and mutual agreement on both terms and costs for the extension.
II.1.5) Estimated total value
Value excluding VAT:
382 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKG22
Main site or place of performance:
Shropshire CC
II.2.4) Description of the procurement
The execution of the works undertaken by the Contractor under this Contract shall enable the Client to discharge their responsibilities under the F-Gas regulations and those of The Energy Performance of Buildings Directive (EPBD) in relation to the undertaking of TM44 inspections.
The Contractor shall act as the person in “Control” of the systems as defined DCLG Improving the Energy Efficiency of Our Buildings document, and as such, shall be responsible for facilitating the TM44 inspection process for all relevant properties / installations at an appropriate level as required by the regulations.
The Contract also consists of carrying out the planned preventative maintenance of air-conditioning, refrigeration and ventilating plant installed on Council controlled premises, to ensure that they are maintained in a safe condition so as to prevent risk of injury to any person or damage to any property, to ensure optimum system efficiency, and to extend the working system life.
The major components comprising the air-conditioning, refrigeration and ventilating systems to be maintained are: unitary water and air cooled AC units; packaged air to air, air to water and water to water AC and heat-pump units; AC and ventilating air handling units; packaged chillers; closed cooling towers; control panels; compressors; condensers; diffusers; dry coolers; evaporators; fans; filters; grilles; heat exchangers; heating & cooling coils; heat recovery ventilating units; humidifiers; motors; pumps; pipework systems; sensors; switching systems; terminal units; valves and water treatment units.
The maintenance contract shall be in the format of mobile periodic maintenance, including consumables, specialist labour plus emergency callouts, spares and specified replacement parts.
The initial term of the Contract will run from 1st April 2025 to 31st March 2028. Following this period, the contract may be extended by an additional two years (until 31st March 2030), contingent on satisfactory performance during the initial term and mutual agreement on both terms and costs for the extension.
Prices submitted will cover the period from 1 April 2025 to 31 March 2026. Subsequently, the contractor may propose an annual cost adjustment to the tendered rates for the next 12-month period, capped at the Consumer Price Index (CPI) percentage change from January to December of the previous year as listed on the ONS website under the “CPI All Item: percentage change of 12 months data series.” This adjustment is subject to Council approval. Nonetheless, the Council retains the right to negotiate with the Contractor on any proposed rate increases if deemed unjustified.
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:
382 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2030
This contract is subject to renewal: Yes
Description of renewals:
The initial term of the Contract will run from 1st April 2025 to 31st March 2028. Following this period, the contract may be extended by an additional two years (until 31st March 2030), contingent on satisfactory performance during the initial term and mutual agreement on both terms and costs for the extension.
II.2.9) Information about the limits on the number of candidates to be invited
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/WRUUGWMP86
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:
See tender documentation.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
See tender documentation.
Minimum level(s) of standards required:
See tender documentation.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
See tender documentation.
Minimum level(s) of standards required:
See tender documentation.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
See tender documentation.
III.2.2) Contract performance conditions
See tender documentation.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
03/01/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
03/01/2025
Local time: 12:00
Place:
Shrewsbury
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
5 years
VI.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Shropshire Council is purchasing on behalf of itself and any wholly owned local authority company or other entity that is deemed to be a contracting authority by virtue of the Council’s involvement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Miscellaneous-repair-and-maintenance-services./WRUUGWMP86
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WRUUGWMP86
GO Reference: GO-2024124-PRO-28763502
VI.4) Procedures for review
VI.4.1) Review body
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
UK
Telephone: +44 1743252992
E-mail: procurement@shropshire.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
UK
Telephone: +44 1743252992
VI.5) Date of dispatch of this notice
04/12/2024