Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Milton Keynes City Council
Civic Offices 1 Saxon Gate East Milton Keynes
Milton Keynes
MK9 3EJ
UK
Contact person: Clare Harris
E-mail: corporateprocurement@milton-keynes.gov.uk
NUTS: UKJ12
Internet address(es)
Main address: https://in-tendhost.co.uk/milton-keynes/aspx/Home
Address of the buyer profile: https://www.milton-keynes.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/milton-keynes/aspx/Home
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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Gas , Plumbing and Heating - Corporate Landlord
Reference number: 2024-260
II.1.2) Main CPV code
50531200
II.1.3) Type of contract
Services
II.1.4) Short description
Milton Keynes City Council are currently out to tender for the provision of Gas, Plumbing and Heating services to provide the services for the regular servicing and maintenance of gas systems, plumbing, hot water systems, and heat pumps across a portfolio of buildings. The aim is to ensure safety, compliance with regulations, and optimal performance of all systems for our corporate portfolio. This is being procured as an open tender.
II.1.5) Estimated total value
Value excluding VAT:
360 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50531200
42511110
42533000
II.2.3) Place of performance
NUTS code:
UKJ12
Main site or place of performance:
Milton Keynes
II.2.4) Description of the procurement
Milton Keynes City Council are out to tender for the provision of Gas Servicing, Plumbing, and Heat Pump Maintenance. this is being procured under the open procedure. Milton Keynes City Council (MKCC) manage a diverse property portfolio encompassing leisure, schools, commercial and corporate landlord stock. MKCC’s repair and maintenance obligations differ for the different stock types and leasehold responsibilities.For the Corporate Landlord stock (properties from which the council predominately offer their services) the Council has full maintenance responsibility including reactive, quoted, planned, best practice and statutory compliance obligation.MKCC operates an in-house Facilities Management Team, central to this function is the MKCC FM Helpdesk. The helpdesk operates a CAFM system called CIVICA, which is intrinsic to the success of our operation. It is a requirement that the successful supplier utilises CIVICA in delivery of this contract, therefore training will be provided during mobilisation.This tender package encompasses the following disciplines:A. Gas Installations and PlumbingB. Heat Pump Maintenance It is a mandatory requirement that -the successful contractor offers a 24/7 service. Please note that, out of hours calls will only be placed for genuine emergencies, and the successful contractor must have the capability to receive and respond to such calls.MKCC look to form a transparent and open relationship with all their appointed suppliers. This transparency requires all costs and performance data to be clearly visible on a site-by-site basis. It is our expectation that all activities will be tightly controlled by the successful contractor to ensure that all MKCC’s processes and procedures (as detailed in this tender package) are continually met.
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: 36
This contract is subject to renewal: No
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
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:
As stated in procurement documents
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
As stated in the procurement documents.
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/04/2025
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:
04/04/2025
Local time: 12:00
Place:
Milton Keynes City Council remote opening via In-Tend
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2028
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
Refer to procurement documents
VI.4) Procedures for review
VI.4.1) Review body
High Court Royal Court of Justice, London WC24 2LL
London
WC24 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. Applicants may seek further clarification from the Contracting Authority following receipt of this information and the Contracting Authority will provide further clarification as appropriate. If any clarification regarding the award of the Contract has not been successfully resolved, an Applicant can consider its option under the Public Contracts Regulations 2015. Applicants would need to obtain their own legal advice.
VI.5) Date of dispatch of this notice
21/01/2025