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 Award Notice

The Provision of a Planned & Reactive Maintenance Service for Mechanical Services (including ventilation and air conditioning)

  • First published: 20 January 2024
  • Last modified: 20 January 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-040199
Published by:
Buckinghamshire Council
Authority ID:
AA79544
Publication date:
20 January 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Mechanical Services, including ventilation and air conditioning systems.

The awarded contract includes the provision and management of the following elements:

o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules).

o Reactive maintenance to its estate’s scheduled serviceable assets.

o Statutory compliance of all its scheduled serviceable assets.

o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa £20,000. NB: These works are not guaranteed to the Service Provider.

o Single Point of Contact and Emergency 24/7 Call Out Facility.

Maintenance is defined as: ‘the combination of all technical and associated administrative actions intended to retain an item in, or restore to, a state in which it can perform its required function’

The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council’s sustainable philosophy for building management.

The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate.

The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific.

Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term.

The Service Provider must be registered with the appropriate confederation or association related to the respective trades involved. In addition, the supplier must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services.

The start date of the awarded contract is 1st April 2024. The term will be for three years with the option for up to 2 further extensions of up to 12 months each.

TUPE may apply to this contract.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

UK

Contact person: Mrs Ann Spence

E-mail: ann.spence@buckinghamshire.gov.uk

NUTS: UKJ13

Internet address(es)

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

Address of the buyer profile: https://www.supplybucksbusiness.org.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

The Provision of a Planned & Reactive Maintenance Service for Mechanical Services (including ventilation and air conditioning)

Reference number: DN685615

II.1.2) Main CPV code

50712000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Mechanical Services, including ventilation and air conditioning systems.

The awarded contract includes the provision and management of the following elements:

o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules).

o Reactive maintenance to its estate’s scheduled serviceable assets.

o Statutory compliance of all its scheduled serviceable assets.

o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa £20,000. NB: These works are not guaranteed to the Service Provider.

o Single Point of Contact and Emergency 24/7 Call Out Facility.

Maintenance is defined as: ‘the combination of all technical and associated administrative actions intended to retain an item in, or restore to, a state in which it can perform its required function’

The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council’s sustainable philosophy for building management.

The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate.

The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 4 136 680.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

45259300

50510000

50720000

50730000

II.2.3) Place of performance

NUTS code:

UKJ13


Main site or place of performance:

Buckinghamshire

II.2.4) Description of the procurement

Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Mechanical Services, including ventilation and air conditioning systems.

The awarded contract includes the provision and management of the following elements:

o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules).

o Reactive maintenance to its estate’s scheduled serviceable assets.

o Statutory compliance of all its scheduled serviceable assets.

o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa £20,000. NB: These works are not guaranteed to the Service Provider.

o Single Point of Contact and Emergency 24/7 Call Out Facility.

Maintenance is defined as: ‘the combination of all technical and associated administrative actions intended to retain an item in, or restore to, a state in which it can perform its required function’

The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council’s sustainable philosophy for building management.

The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate.

The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific.

Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term.

The Service Provider must be registered with the appropriate confederation or association related to the respective trades involved. In addition, the supplier must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services.

The start date of the awarded contract is 1st April 2024. The term will be for three years with the option for up to 2 further extensions of up to 12 months each.

TUPE may apply to this contract.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a period or consecutive periods of up to 24 months after the initial 3 year term.

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

The contract value in II.1.7 and V.2.4 is the total modelled cost for the 3 year initial contract period.

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-027487

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/01/2024

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Tencer Limited

Unit 14 Lincoln Park Business Centre, Lincoln Road, Cressex Industrial Estate,

High Wycombe

HP12 3RD

UK

NUTS: UKJ13

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 4 136 680.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Royal Courts of Justice

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

19/01/2024

Coding

Commodity categories

ID Title Parent category
45259300 Heating-plant repair and maintenance work Repair and maintenance of plant
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50730000 Repair and maintenance services of cooler groups Repair and maintenance services of building installations
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations
50510000 Repair and maintenance services of pumps, valves, taps and metal containers Repair and maintenance services for pumps, valves, taps and metal containers and machinery

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:
ann.spence@buckinghamshire.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.