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

23031 Cambridgeshire County Council Building, Mechanical & Electrical Services Maintenance Contract

  • First published: 20 February 2024
  • Last modified: 20 February 2024

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:
ocds-h6vhtk-043b3a
Published by:
Cambridgeshire County Council
Authority ID:
AA20924
Publication date:
20 February 2024
Deadline date:
22 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Cambridgeshire County Council (CCC) (The Authority) is a rural county council with a portfolio of approximately 160 corporate buildings spread across the region. CCC is publishing a re-procurement exercise to supply services and works in respect of the Building, Mechanical and Electrical Services maintenance requirements, which will include the need for preventative maintenance, reactive maintenance and small minor project works.

The Authority wishes to appoint a single Provider to provide planned and reactive repairs, servicing and testing of all equipment as detailed within the specification to the organisation across a variety of properties within the geographical boundaries of Cambridgeshire.

An example of the requirements of this contract are:

• Servicing and planned preventative maintenance (PPM) services of Mechanical and Electrical plant and equipment. Statutory inspections & testing.

• Reactive maintenance to buildings in a timely and efficient manner, in line with timescales as detailed in the specification.

• Having the support staff in the form of a 24/7 helpdesk facility which can be viewed by the Client for progress monitoring and can link to the Client's helpdesk system.

• Invoice management procedures to deliver a managed and timely turnaround of Purchase Orders into accurate Invoices with the correct documentation as detailed within the specification document.

• Contract management capable of directing day to day issues and offering effective and cost-efficient solutions.

• Contract Management capable of reviewing throughput of work to ensure regular reporting of recommendations and follow-on work.

• Capable of evaluating the work required resulting from reactive calls and any uplift requirements. Supplying progress reports to the helpdesk as required

• Able to carry out a full regime of statutory testing, monitoring and reporting including updating the Council’s asset management system in a timely manner as set out in the KPIs.

• Able to complete annual lifecycle reports to assist the Council in budget-planning and understanding the state of our assets in a 5-year look ahead, and this meet the LCM standards set by the Council.

• Able to update our asset management system with any asset changes and O&M manuals for new installations and add to PPM schedules as appropriate.

It is expected that an initial contract will last for a period of 3 years with 2 options to extend for 1 further year each time (3+1+1). It is difficult to predict the exact value of this contract as the Authority’s property portfolio is likely to vary over the contract term, but it is estimated that the total value will not be less £10,000,000 or greater than £20,000,000.

Potential Providers should be aware that The Authority’s property portfolio is regularly changing. At the time of writing of this specification, the property lists provided are accurate and will be used for a service provision and costs comparison analysis when scoring tender submissions from Potential Providers (at ITT stage). However, before mobilisation of this contract, the portfolio may have altered – reduced or increased – and it may also fluctuate through the duration of the contract. The Authority’s contract manager will keep Service Provider’s management aware, via monthly contract meetings, of any upcoming changes where buildings are to be added or removed.

This Contract is open to Cambridgeshire County Council. The contract may include some work in schools in Cambridgeshire. The Authority may ask the provider to complete works on other CCC owned assets at an additional and agreed rate (such as Educational properties). This will be managed by The authority.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cambridgeshire County Council

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

UK

Contact person: Mr Ian Gower

E-mail: Ian.Gower@cambridgeshire.gov.uk

NUTS: UKH

Internet address(es)

Main address: https://www.cambridgeshire.gov.uk/

Address of the buyer profile: https://www.cambridgeshire.gov.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=3b5268c5-1fcf-ee11-8127-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=3b5268c5-1fcf-ee11-8127-005056b64545


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

23031 Cambridgeshire County Council Building, Mechanical & Electrical Services Maintenance Contract

Reference number: DN701036

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Cambridgeshire County Council is looking to appoint a single provider to deliver services and works in respect of the Building, Mechanical and Electrical Services maintenance requirements for the Authority. It will be a 3+1+1 term. The contract will include reactive repairs, servicing and testing of all equipment as detailed within the specification, for the Authority's portfolio of buildings across the County.

II.1.5) Estimated total value

Value excluding VAT: 20 000 000.00  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:

UKH12

II.2.4) Description of the procurement

Cambridgeshire County Council (CCC) (The Authority) is a rural county council with a portfolio of approximately 160 corporate buildings spread across the region. CCC is publishing a re-procurement exercise to supply services and works in respect of the Building, Mechanical and Electrical Services maintenance requirements, which will include the need for preventative maintenance, reactive maintenance and small minor project works.

The Authority wishes to appoint a single Provider to provide planned and reactive repairs, servicing and testing of all equipment as detailed within the specification to the organisation across a variety of properties within the geographical boundaries of Cambridgeshire.

An example of the requirements of this contract are:

• Servicing and planned preventative maintenance (PPM) services of Mechanical and Electrical plant and equipment. Statutory inspections & testing.

• Reactive maintenance to buildings in a timely and efficient manner, in line with timescales as detailed in the specification.

• Having the support staff in the form of a 24/7 helpdesk facility which can be viewed by the Client for progress monitoring and can link to the Client's helpdesk system.

• Invoice management procedures to deliver a managed and timely turnaround of Purchase Orders into accurate Invoices with the correct documentation as detailed within the specification document.

• Contract management capable of directing day to day issues and offering effective and cost-efficient solutions.

• Contract Management capable of reviewing throughput of work to ensure regular reporting of recommendations and follow-on work.

• Capable of evaluating the work required resulting from reactive calls and any uplift requirements. Supplying progress reports to the helpdesk as required

• Able to carry out a full regime of statutory testing, monitoring and reporting including updating the Council’s asset management system in a timely manner as set out in the KPIs.

• Able to complete annual lifecycle reports to assist the Council in budget-planning and understanding the state of our assets in a 5-year look ahead, and this meet the LCM standards set by the Council.

• Able to update our asset management system with any asset changes and O&M manuals for new installations and add to PPM schedules as appropriate.

It is expected that an initial contract will last for a period of 3 years with 2 options to extend for 1 further year each time (3+1+1). It is difficult to predict the exact value of this contract as the Authority’s property portfolio is likely to vary over the contract term, but it is estimated that the total value will not be less £10,000,000 or greater than £20,000,000.

Potential Providers should be aware that The Authority’s property portfolio is regularly changing. At the time of writing of this specification, the property lists provided are accurate and will be used for a service provision and costs comparison analysis when scoring tender submissions from Potential Providers (at ITT stage). However, before mobilisation of this contract, the portfolio may have altered – reduced or increased – and it may also fluctuate through the duration of the contract. The Authority’s contract manager will keep Service Provider’s management aware, via monthly contract meetings, of any upcoming changes where buildings are to be added or removed.

This Contract is open to Cambridgeshire County Council. The contract may include some work in schools in Cambridgeshire. The Authority may ask the provider to complete works on other CCC owned assets at an additional and agreed rate (such as Educational properties). This will be managed by The authority.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Start: 01/11/2024

End: 31/10/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

During the SQ stage, the intention is to arrive at a shortlist of approximately 5 - 7 qualified Candidates for formal Invitation To Tender against the requirement as advertised in the Find a Tender notice.

The Authority intends to invite not less than five and not more than seven Potential Providers to the Invitation to Tender stage.

The Authority will only invite the sixth highest scoring qualified Potential provider where its score is within 5% of the fifth highest scoring qualified Potential provider’s score.

The Authority will only invite the seventh highest scoring qualified Potential provider where its score is within 5% of the fifth highest scoring qualified Potential provider’s score.

The Authority will not take more than seven qualified Potential providers through to the Invitation to Tender, except in the following circumstances: in the event that there are equal scores between Potential providers finishing seventh and eight (or beyond) then preference will be given to the Potential Providers scoring the highest score in totality (50% in total) on the three case study questions.

If in the unlikely event that Potential Providers in this scenario are exactly tied with the same score on this question from 7th downwards then in this extraordinary circumstance all bidders with these scores shall proceed to the Invitation to Tender.

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

n/a

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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: 22/03/2024

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 02/05/2024

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: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Cambridgeshire County Council

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

UK

E-mail: Clare.Ellis@cambridgeshire.gov.uk

VI.5) Date of dispatch of this notice

19/02/2024

Coding

Commodity categories

ID Title Parent category
50000000 Repair and maintenance services Other Services

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:
Ian.Gower@cambridgeshire.gov.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.