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

FM1826 Wiltshire Council Partnering Maintenance Contracts

  • First published: 29 March 2024
  • Last modified: 29 March 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-044e9e
Published by:
Wiltshire Council
Authority ID:
AA20397
Publication date:
29 March 2024
Deadline date:
28 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Wiltshire Council are looking to engage contractors/suppliers on a 5 year contract with an optional extension period of up to a further 5 years, to deliver a full range of building maintenance activities across the Council's property estate from 01 October 2024.

This procurement will be divided into 6 Lots, with 1 contractor awarded to each Lot. Contractors may bid for one, multiple or all lots.

The Strategic Asset Maintenance and Facilities Management (SAM&FM) Service is responsible for the maintenance of this property estate. The SAM&FM service provides facility management from the 3 hub office buildings, and are responsible for reactive and planned preventative maintenance, building compliance, utilities management and energy efficiency across the portfolio.

To manage this diverse property portfolio, the client has identified a number of core contracts, which, taken together, will be used to deliver the full range of building maintenance activities. Combined, these contracts will ensure that the councils property portfolio remains safe, compliant, and fit for purpose and are designed to include for cyclical maintenance, capital repair of buildings, repair and replacement of systems and minor refurbishments.

The council envisions a collaborative partnership with the service provider to accomplish a comprehensive set of long- range objectives during the lifetime to the contract. These include…

I. Ensure the timely repair of the Councils property and buildings

II. Raise the level of compliance assurance within the property portfolio

III. Standardise cyclical maintenance activity and integrate with SFG20

IV. Raise the standard of maintenance of the property portfolio and introduce a rolling five year planned maintenance programme covering each part of the property portfolio

V. Increase standardisation of building elements, equipment and systems across the property portfolio

VI. Improve the resilience of key sites in the property portfolio

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Wiltshire Council

County Hall, Bythesea Road

Trowbridge

BA14 8JN

UK

Contact person: Mr Andrew Mead

Telephone: +44 7769162166

E-mail: andrew.mead@wiltshire.gov.uk

NUTS: UKK15

Internet address(es)

Main address: http://www.wiltshire.gov.uk/

Address of the buyer profile: http://www.wiltshire.gov.uk/

I.3) Communication

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

www.supplyingsouthwest.org,uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.supplyingsouthwest.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

FM1826 Wiltshire Council Partnering Maintenance Contracts

Reference number: DN717011

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Wiltshire Council are looking to engage contractors/suppliers on a 5 year contract with an optional extension period of up to a further 5 years, to deliver a full range of building maintenance activities across the Council's property estate from 01 October 2024.

This procurement will be divided into 6 Lots, with 1 contractor awarded to each Lot. Contractors may bid for one, multiple or all lots.

The Strategic Asset Maintenance and Facilities Management (SAM&FM) Service is responsible for the maintenance of this property estate. The SAM&FM service provides facility management from the 3 hub office buildings, and are responsible for reactive and planned preventative maintenance, building compliance, utilities management and energy efficiency across the portfolio.

To manage this diverse property portfolio, the client has identified a number of core contracts, which, taken together, will be used to deliver the full range of building maintenance activities. Combined, these contracts will ensure that the councils property portfolio remains safe, compliant, and fit for purpose and are designed to include for cyclical maintenance, capital repair of buildings, repair and replacement of systems and minor refurbishments.

The council envisions a collaborative partnership with the service provider to accomplish a comprehensive set of long- range objectives during the lifetime to the contract. These include…

I. Ensure the timely repair of the Councils property and buildings

II. Raise the level of compliance assurance within the property portfolio

III. Standardise cyclical maintenance activity and integrate with SFG20

IV. Raise the standard of maintenance of the property portfolio and introduce a rolling five year planned maintenance programme covering each part of the property portfolio

V. Increase standardisation of building elements, equipment and systems across the property portfolio

VI. Improve the resilience of key sites in the property portfolio

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Fabric and General Building Maintenance

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKK15

II.2.4) Description of the procurement

Lot 1 - Fabric

Reactive Service orders will be issued by the Client to include general building works of all types, internal and/or external to buildings. This will include a variety of building fabric works at the affected property. The Service includes…

• Externals and building fabric repairs and maintenance

• Gutters, fascia, downpipes, roofs, render, brick, stone, cladding, windows, doors

• Internal building repairs

• Vandal damage, water damage, repairs to doors, windows, replacement flooring, kitchen and toilet area repairs, redecorations, minor alterations

• Selective interventions throughout an existing building

• Small internal building refurbishments and alterations

• New and refurbished kitchens, toilet areas, shower rooms and cloak rooms

• Fire protection works (doors, ceiling voids, escape doors)

• Refurbishments (new ceilings, lighting, partitions, wall openings, flooring, fixtures, doors, sinks)

• Swimming pool flooring and surround repairs

• Flood and fire damage repairs

• Disabled access upgrades – ramps, handrails, doors

• Small extensions

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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

Duration in months: 60

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

Lot No: 2

II.2.1) Title

Mechanical and Electrical Services

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKK15

II.2.4) Description of the procurement

Lot 2 - Technical and Electrical

Service orders will be issued by the Client to a full range of mechanical and electrical works at the affected property. Service orders will include reactive, servicing and cyclical maintenance and remedials from service. There may also be excavation and reinstatement and/or asbestos management activities in connection with the works. Mechanical and electrical works will consist of

Electrical

• Lighting & Emergency lighting improvements

• Internal and external lighting

• Controls and control systems

• New lighting installations

• Distribution systems

• Main/submain panels & boards

• Rewiring submains & subcircuits

• Earthing Systems

• Other systems in conjunction with Electrical installations such as:

o Data system modifications/additions/installations

o Security & Access

o Fire precautions/alarm modifications/additions/installations

o Renewable technologies and Energy management systems, controls

o Lightning protection system installation or alteration

Mechanical

• Boiler, gas fired water heater or calorifier replacements

• Pipework modifications or smaller scale replacement (domestic water & heating)

• Associated elements including controls, thermal insulation, asbestos management, building penetrations and making good, boxing of pipes, minor decorations and making good

• Excavations and reinstatement etc. for external services installation

• Ventilation works to spaces for catering areas, general occupied spaces and changing/shower rooms

• Installation or replacement of air conditioning or comfort cooling systems

• Plant replacement schemes; boilers, chillers and their associated equipment

• Pipework infrastructure replacement

• External pipework infrastructure replacement

• Automatic controls renewal or reconfigurations

• Programmes comprising work on multiple sites

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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

Duration in months: 60

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

Lot No: 3

II.2.1) Title

Water Hygiene Management Services

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKK15

II.2.4) Description of the procurement

Lot 3

Water Hygiene Monitoring services to include for but not limited to.

Water Risk Assessments

Written Schemes

System Schematics in CAD (PDF)

Temperature Monitoring of Hot and Cold Sentinel Outlets, Hot and Cold Representative Outlets, Calorifiers, TMV, Instantaneous Hot Water Boilers, Unvented Water Systems and Circulating System Return Legs.

Bacterial Sampling (including Bore Holes)

Legionella Sampling (including 3 monthly Vehicle Wash Sampling)

CWS Sampling

Chemical Dosing

Descaling of spray outlets and shower heads.

Swimming Pools

CWS Tank inspections and cleaning

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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

Duration in months: 60

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

Lot No: 4

II.2.1) Title

Fire and Security

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKK15

II.2.4) Description of the procurement

Lot 4 - Fire and Safety

Fire services to include for but not limited to.

Fire Detection & Alarm + High Sensitivity Smoke Detection (HSSD) Systems

Fire Suppression – Extinguishers, Fire Blankets, Suppression Systems and Sprinkler Systems

Smoke Control Systems

Hose Reels

Fire Shutters/Dampers

Dry/Wet Risers

Kitchen Hood Fire Suppression

Evacuation Alert Systems/Voice Alarm Systems

Heat/Smoke Alarms

Monitoring Services

Security Services to include for but not limited to

Access Control Systems

Intruder Alarm Systems

CCTV Systems

Panic Alarms

Intercom Systems – Voice and Video

Hearing Induction Loops

Locksmith Services

Fence Topping Systems

Perimeter Monitoring Systems/Fence Mounted Sensing Cable

Monitoring Services

High Security Doors

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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

Duration in months: 60

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

Lot No: 5

II.2.1) Title

Asbestos Management Services

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKK15

II.2.4) Description of the procurement

Lot 5 - Asbestos Management

Asbestos Monitoring services to include for but not limited to.

Asbestos Management Plan and periodic review

Asbestos Register and periodic review

ACM Sampling

Air Quality Sampling

R&D Surveys

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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

Duration in months: 60

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

Lot No: 6

II.2.1) Title

Drainage Services

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKK15

II.2.4) Description of the procurement

Lot 6 - Drainage

Drainage services to include for but not limited to.

Surface Water Drainage

Main Drains and Waste Runs

Sewage Treatment Packaged Systems

Aeration and Oxidation Ditch Systems

Settlement Tanks

Separator/Interceptor Systems

Submersible and Surface Pump Stations

Reed Beds

Water Harvesting Systems

CCTV Surveys

Tanker Services

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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

Duration in months: 60

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

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: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 28/04/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 30/04/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.5) Date of dispatch of this notice

28/03/2024

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:
andrew.mead@wiltshire.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.