Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Office and Data Room Repairs and Maintenance Services — M&E

  • First published: 07 February 2019
  • Last modified: 07 February 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
whg
Authority ID:
AA24825
Publication date:
07 February 2019
Deadline date:
08 March 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A requirement to provide MSRA’s that cover actual individual site activities (e.g. using ladders, brazing, etc.) is required, in addition, it is also essential that at times operational method statements are produced which look at how the work is to be carried out to prevent any data centre and plant room downtime e.g. A/C’s are being serviced. Documented processes for handling faults that fixes the immediate problem, but also looks wider at the implications (Why did that happen? Has this happened before? How could the impact of such a fault be lessened in the future?). An engineering force (subcontractors) that are seasoned professionals at working in data centre environments and understand the implications of issues and adopt action plans accordingly. The equipment in the data centres is unique to that room and needs specialists with a unique set of skills in each discipline. The company must have a structured Health and Safety process that ensures that all work carried out is done so in a safe and appropriate manner (based on method statements and risk assessments) and that all relevant parties are aware of such works. The tender documentation will detail all requirements and locations in details. This will be a one-stop shop contract and will not be split into single components. The successful contractor must be able to show a commitment to providing effective services that provide value for money to WHG and its customers. The proposed initial fixed term contract period will be for 3 (three) years commencing on or about the 1.6.2019. The contract will be extendable up to a maximum of 2 (two) years by one or more extensions of whatever period(s) WHG specified subject to satisfactory performance and meeting key performance indicators by the provider. The contract term will not exceed 5 (five) years. WHG reserve the right to withdraw from this procurement procedure at anytime without awarding a contract. WHG and/or its advisors shall not be liable for and will not pay any costs in respect of the preparation of any application and tender submission of any applicant or bidder whether they are successful or unsuccessful and all applicants and bidders are to be responsible for all of the costs and expenses they incur as a result of participating in this procurement process, irrespective of whether the procedure is completed or is abandoned without any appointment. A tenderer shall be deemed to have unequivocally accepted this as a condition precedent to participation in this procurement process. This ITT process will be managed via our electronic tender solution hosted by Due North (referred to in this document as “The Portal”). All document exchange and communication between WHG and selected Tenderers will always be via the portal. The portal provides a secure, auditable and efficient method of exchanging information and documents between the parties.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

WHG

100 Hatherton Street

Walsall

WS1 1AB

UK

Contact person: Mrs Louise Green

Telephone: +44 3005556666

E-mail: procurement@whgrp.co.uk

NUTS: UKG3

Internet address(es)

Main address: http://www.whg.uk.com

Address of the buyer profile: http://www.whg.uk.com

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.due-north.com


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Office and Data Room Repairs and Maintenance Services — M&E

Reference number: DN385615

II.1.2) Main CPV code

50700000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Whg requires a single management structure that oversees all the maintenance work that is required within our various Offices, data centres and plant rooms. WHG is looking for a leading company that has an excellent technical understanding of the data centres and plant rooms from both environmental and from IT perspectives, and can meet all the required accreditations and certifications required to provide these types of services.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50800000

42510000

31154000

50532000

31625100

35111500

II.2.3) Place of performance

NUTS code:

UKG3

II.2.4) Description of the procurement

A requirement to provide MSRA’s that cover actual individual site activities (e.g. using ladders, brazing, etc.) is required, in addition, it is also essential that at times operational method statements are produced which look at how the work is to be carried out to prevent any data centre and plant room downtime e.g. A/C’s are being serviced. Documented processes for handling faults that fixes the immediate problem, but also looks wider at the implications (Why did that happen? Has this happened before? How could the impact of such a fault be lessened in the future?). An engineering force (subcontractors) that are seasoned professionals at working in data centre environments and understand the implications of issues and adopt action plans accordingly. The equipment in the data centres is unique to that room and needs specialists with a unique set of skills in each discipline. The company must have a structured Health and Safety process that ensures that all work carried out is done so in a safe and appropriate manner (based on method statements and risk assessments) and that all relevant parties are aware of such works. The tender documentation will detail all requirements and locations in details. This will be a one-stop shop contract and will not be split into single components. The successful contractor must be able to show a commitment to providing effective services that provide value for money to WHG and its customers. The proposed initial fixed term contract period will be for 3 (three) years commencing on or about the 1.6.2019. The contract will be extendable up to a maximum of 2 (two) years by one or more extensions of whatever period(s) WHG specified subject to satisfactory performance and meeting key performance indicators by the provider. The contract term will not exceed 5 (five) years. WHG reserve the right to withdraw from this procurement procedure at anytime without awarding a contract. WHG and/or its advisors shall not be liable for and will not pay any costs in respect of the preparation of any application and tender submission of any applicant or bidder whether they are successful or unsuccessful and all applicants and bidders are to be responsible for all of the costs and expenses they incur as a result of participating in this procurement process, irrespective of whether the procedure is completed or is abandoned without any appointment. A tenderer shall be deemed to have unequivocally accepted this as a condition precedent to participation in this procurement process. This ITT process will be managed via our electronic tender solution hosted by Due North (referred to in this document as “The Portal”). All document exchange and communication between WHG and selected Tenderers will always be via the portal. The portal provides a secure, auditable and efficient method of exchanging information and documents between the parties.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The initial fixed term period will be for 3 years commencing on or about the 1.6.2019 and will be extendable up to a maximum of 2 years by one or more extensions of whatever period(s) WHG specifies subject to satisfactory performance and meeting key performance indicators by the provider. The term will not exceed 5 years.

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: Yes

Description of options:

Whg reserves the right to consider the option at some stage during the contract period to remove elements from the contract and to have this work undertaken directly by WHG. Future requirements of the services may extend beyond the Borough of Walsall.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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: 08/03/2019

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 08/03/2019

Local time: 12:10

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

WHG reserves the right not to accept variant bids at any stage in the process. WHG 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, and the contract will be awarded on the basis of the most economically

advantageous tender. WHG does not bind itself to accept the lowest tender or any tender and will not be responsible for, or pay any expenses incurred by the tenderer in the preparation of this tender. Relevant and proportionate suitability assessments will be undertaken e.g. mandatory and discretionary exclusions: taxes, bankruptcy, misconduct and other situations referred to in the 2015 Regs. WHG will also check that any bidder has the legal and financial capacities and the technical and professional abilities to perform the contract. You will be asked in your bid to agree that if not currently held, you and/or your subcontractors are willing to meet the following levels if successful. Minimum level(s) of standards (accreditations or equivalents, memberships) required is: ISO14001 and ISO9001 (UKAS Quality Management). Evidence will be required, any company found not to hold the relevant certification/accreditation will be disregarded from the process and not progress further.

Bidders and their sub-contractors must also hold the following memberships: The Building Engineers Services Association; The Refcom Register of Companies Competent to Manage Refrigerants (Refcom Elite); The Data Centre Alliance (DCA); ECA, ELECSA, NAPIT or NICEIC. Again failure to hold or agree to hold the memberships indicated may result in your proposal disregarded from the process and not progress further. The Transfer of Undertakings (Protection of Employment) Regulations 2006 (“TUPE”) is not likely to apply to the workforce of the incumbent contractor(s) in relation to the services under the contract, however, ultimately whether or not TUPE applies is a matter of law. The entire process will be carried out electronically via “The Portal”. Please complete all questions within the portal and return the quantitative/pricing schedule by uploading it within the relevant section; all other scanned documents should be uploaded to the qualitative schedule section or other specified section. WHG’s expectations for the service provider to help them benefit their customers and their local communities through the creation and delivery of employment and training opportunities and other community benefits.

Please read in conjunction with Section 11 and Section 111 before expressing an interest.

These services are being tendered in line with the Public Contracts Regulations 2015. To support your financial information provided, a credit check will also be carried out, should this financial assessment highlight a risk of business failure then more information may be requested e.g. bank letter. WHG will require the following levels of insurance:

Professional Indemnity 2 000 000 GBP;

Employers Liability 10 000 000 GBP;

Product Liability 10 000 000 GBP; and

Public Liability 10 000 000 GBP.

The contract will contain a break provision that may be exercised by WHG subject to the giving of the period of notice stipulated in the contract.

Economic operators bidding together: WHG reserves the right to require that a lead economic operator assumes primary liability for the group and that each organisation in the group accepts joint and several liability and/or that groupings of economic operators be required to form a single legal entity with which WHG may contract.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

UK

VI.5) Date of dispatch of this notice

04/02/2019

Coding

Commodity categories

ID Title Parent category
35111500 Fire suppression system Firefighting equipment
31625100 Fire-detection systems Burglar and fire alarms
42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery Cooling and ventilation equipment
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment Repair and maintenance services of machinery
31154000 Uninterruptible power supplies Ballasts for discharge lamps or tubes

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@whgrp.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.