Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Solihull Metropolitan Borough Council
Council House, Manor Square
Solihull
B913QB
UK
Contact person: Daniel Rouse
Telephone: +44 1217046063
E-mail: daniel.rouse@solihull.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.solihull.gov.uk/
Address of the buyer profile: http://www.csw-jets.co.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.csw-jets.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://www.csw-jets.co.uk/
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
Mechanical and Electrical Engineering Services within a Partnering Arrangement
II.1.2) Main CPV code
50710000
II.1.3) Type of contract
Services
II.1.4) Short description
In summary, this framework agreement shall deliver of a range of Mechanical and Electrical Services including: -
• Reactive repairs and maintenance
• Planned Preventative/Cyclical Maintenance including Servicing of Installations
• Follow on Remedial Works
• Minor Works
• Capital, refurbishment and lifecycle replacement projects or programmes of work (incorporating full design, and typical, but not limited to, individual project value £150,000 to £1,000,000).
• Out of Hours Service; 24hr 365-day emergency standby service for all emergency reactive calls required outside of the Property Services and Maintenance Partnerships and Solihull Community Housings core hours.
The aim of this partnering arrangement is to channel all Mechanical and Electrical Services (M&E) detailed within this document through one preferred partner. It is anticipated that other contracted authorities and clients across the wider West Midlands region and potentially nationally may decide to access this arrangement at a later period in time. All future parties to this arrangement, including Solihull Community Housing, will access partnering services via an access arrangement with Solihull MBC. Solihull Community Housing and any external clients will work directly and independently but collaboratively with the Partnering Contractor during the life of the contract to improve the efficiency and effectiveness of the delivery of the services.
II.1.5) Estimated total value
Value excluding VAT:
300 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
35100000
45000000
50411100
50411200
50411300
50413100
50413200
50420000
50500000
50710000
50720000
50750000
51000000
71000000
90400000
90650000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
The main place of performance will be in Solihull, however, it is anticipated that other contracted authorities and clients across the wider West Midlands region and potentially nationally may decide to access this arrangement at a later period in time.
II.2.4) Description of the procurement
The provision of mechanical and electrical services. This will include provision of Building works associated with specific installations where they are as a result of or in association with the primary installation works (i.e. forming bases for boiler installations, making good after installations).
The work involved falls under the following main headings and will relate to all properties whether domestic or non-domestic:
• Reactive (Day to Day) Maintenance work
• Planned Preventative/Cyclical Maintenance including Servicing of Installations
• Follow on Works
• Minor Works & Capital Project Work
• Out of Hours Emergency Service
All works except for Project Works and Programmes will be delivered under the NEC4 Facilities Management Contract. Projects and Programmes of Projects will be delivered under the NEC4 Engineering & Construction Contract.
Works generally relate to both non-domestic and domestic properties and the following types of plant and equipment, however, this list is not exhaustive:
• electrical installations
• mechanical installations
• gas installations
• heating and ventilation
• fire alarms
• emergency lighting
• lightning protection
• air conditioning
• air handling
• extraction systems (including fume cupboards)
• stage lighting
• commercial and domestic catering equipment
• ground Source/ Air Source Heat Pumps / Biomass Boilers
• distribution pipe work and cables including underground services (i.e. gas, water, electrical)
• hot and cold water installations
• thermostatic mixer valves (TMV's)
• reduced pressure zone valves (RPZ) valves
• sewage equipment
• communication and data infrastructures.
• security, Intruder alarms, CCTV and door access / control.
• portable fire-fighting equipment
• fire suppression systems
• fire protection associated with any works undertaken
• fire sprinkler systems, hydrants, dampers
• electrical portable appliance testing
• periodic electrical installation testing in line with statutory obligations
• control equipment
• substations
• standby generators
• automatic doors, roller shutters, access control systems, automatic gates and barriers, and door systems
• laboratory gas taps
• refrigeration plant
• lifting equipment & hoists
• fall arrest systems
• school cleaning equipment
• installation testing and commissioning
• improved energy and sustainability (i.e. decarbonisation, electric charge points etc.)
• lifts may be added at a later date
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:
300 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The initial term of the Framework will be for the period of 5 years from commencement but may be extended by mutual agreement by 2 increments of 2 years and 1 increment of 1 year to an expiry date no later than 31st October 2032. The services will be subject of review 4th and 5th year and annually thereafter, the results of those reviews will inform the Council's decision whether or not to offer any extension.
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.2.3) 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
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: The duration of this framework agreement is 7 years as indicated plus an option for a 3 year extension. A single operator, acting in a partnering arrangement, will be expected to support all participating contracting authorities within the UK in developing collaborative initiatives through this framework. This will include a focus on key strategic objectives including driving efficiencies through the entire supply chain, waste reduction and standardisation. Investing in local communities, providing long term training and job opportunities. In addition, the operator may be required to support contracting authorities with the delivery of long term strategic programmes of asset investment, servicing and maintenance work and also incur on-going capital set up costs for providing certain elements of the work within various sub-regional areas. The benefits of such initiatives and investment for both the operator and contracting authorities will only be realised over the longer term. Feedback from consultation with the construction industry has also supported the view that a term significantly longer than four years would be needed in order to realise a beneficial return on investment.
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:
16/02/2022
Local time: 12:00
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.3) Additional information
The framework is open to all public sector organisations and other bodies within the specified geographic area to include (but not limited to) and as detailed further in the procurement documents:
Local authorities including all Metropolitan Districts, Unitary Authorities, County Councils, City Councils, District Councils and Borough Councils
Parish Councils, Town Councils and Combined Authorities
Government Departments, agencies and public bodies
Educational, training and learning establishments including but not limited to all pre-school, nursery, day-care, child-care, primary, secondary, tertiary, further, higher, adult, vocational, special educational, special needs and specialist educational establishments, publicly funded schools (including Department for Education and local authority maintained schools), voluntary aided schools; foundation schools; any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, academies, free schools; independent schools, public schools, private schools, grant-maintained schools, fee paying schools, grammar schools; foundation partnerships; education authorities, universities, colleges, city and manufacturing technology colleges, further education establishments; higher education establishments and other educational establishments.
National Parks Authorities
Social Enterprises within Culture and Leisure
Registered providers of social housing
All members of the National Housing Federation
Police Forces
Fire and rescue services
NHS Bodies including Acute Trusts, Clinical Commissioning Groups, Mental Health Trusts, Health and Care Trusts, Ambulance Trusts, Area Teams, Special Health Authorities, Other health related bodies and NHS property services
Department of Health Advisory Bodies and Committees
Hospices
All members of the Care Quality Commission, independent regulator of health and social care in England
Care homes
Mental health service
Public service providers e.g. General practitioners' surgeries
Third Sector and Charities in the United Kingdom
Local enterprise partnerships (LEPs)
Successor organisations to those identified above and their subsidiaries.
The framework may be used by non-public body organisations where required to comply with conditions associated with the use of public funds for these projects.
Limited companies and other enterprises qualifying as Bodies Governed by Public Law for the purposes of Public Contracts Regulations 2015.
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
13/01/2022