Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Yorkshire Fire and Rescue Authority
United Kingdom
Oakroyd Hall, Birkenshaw, West Yorkshire
Bradford
BD11 2DY
UK
Contact person: Simon McCartney
Telephone: +44 1274655772
E-mail: simon.mccartney@westyorksfire.gov.uk
NUTS: UKE4
Internet address(es)
Main address: https://westyorksfire.gov.uk
Address of the buyer profile: https://westyorksfire.gov.uk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://simon.mccartney@westyorksfire.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: Metropolitan West Yorkshire Fire Authority
I.5) Main activity
Other: Emergency Fire and Rescue Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Reactive Repairs Services Facilities Contract
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
Multi skilled building related repairs and maintenance, re-active service.
II.1.5) Estimated total value
Value excluding VAT:
240 000.00
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:
UKE4
Main site or place of performance:
West Yorkshire.
II.2.4) Description of the procurement
The re-active repairs and maintenance service is required across all West Yorkshire Fire and Rescue Areas. However, the area will be split into 3 sections. Each contractor may bid for one or more sections but for business continuity purposes, will only be awarded a maximum of one geographical section.
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:
240 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
If Satisfactory Performance, a further 1 year award may be made.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Objective criteria for choosing the limited number of candidates:
Price and quality based upon the stated criteria in the tender documentation.
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
Applications are invited from suitably qualified and experienced multi-skilled building services contractors who wish to be considered for the provision of a 4-year term reactive repairs maintenance facilities contract upon all fire authority properties across the West Yorkshire area.
Further information from Simon McCartney, email: simon.mccartney@westyorksfire.gov.uk
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:
Appropriate general building repairs and maintenance capabilities. Registered with a Safety Scheme in Procurement (SSIP) member scheme.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Ability to effectively provide re-active general building repairs and maintenance services within the West Yorkshire Area.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
Justification for any framework agreement duration exceeding 4 years: One Framework Agreement per designated geographical area with one contractor (West Yorkshire divided into three areas) Each area framework will last three years with a potential one year extension.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/03/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
06/04/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=469058774
GO Reference: GO-202023-PRO-15926915
VI.4) Procedures for review
VI.4.1) Review body
West Yorkshire Fire and Rescue Service
Oakroyd Hall, Bradford Road
Bradford
BD11 2DY
UK
Telephone: +44 1274655871
E-mail: noel.rodriguez@westyorksfire.gov.uk
VI.5) Date of dispatch of this notice
03/02/2020