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

Mechanical and Electrical Engineering Services within a Partnering Arrangement

  • First published: 14 January 2022
  • Last modified: 14 January 2022

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:
Solihull Metropolitan Borough Council
Authority ID:
AA23751
Publication date:
14 January 2022
Deadline date:
16 February 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45000000 Construction work Construction and Real Estate
35100000 Emergency and security equipment Security, fire-fighting, police and defence equipment
51000000 Installation services (except software) Other Services
50750000 Lift-maintenance services Repair and maintenance services of building installations
50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery Repair and maintenance services
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50411300 Repair and maintenance services of electricity meters Repair and maintenance services of measuring apparatus
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
50411200 Repair and maintenance services of gas meters Repair and maintenance services of measuring apparatus
50413100 Repair and maintenance services of gas-detection equipment Repair and maintenance services of checking apparatus
50420000 Repair and maintenance services of medical and surgical equipment Repair and maintenance services of medical and precision equipment
50411100 Repair and maintenance services of water meters Repair and maintenance services of measuring apparatus
90400000 Sewage services Sewage, refuse, cleaning and environmental 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:
daniel.rouse@solihull.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.