Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Midlands Fire and Rescue Authority
VAT No. 281 2856 47
99 Vauxhall Road, Nechells
Birmingham
B7 4HW
UK
Contact person: Sophie Manns
Telephone: +44 1213806180
E-mail: sophie.manns@wmfs.net
NUTS: UKG
Internet address(es)
Main address: http://www.wmfs.net
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/34952
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=68894&B=BLUELIGHT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=68894&B=BLUELIGHT
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
FRAMEWORK AGREEMENT FOR REACTIVE REPAIRS AT VARIOUS FIRE SERVICE LOCATIONS
Reference number: C5440
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
A Framework Agreement for the reactive repairs for all WMFS sites.
Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems e.g. repair to a toilet. The works could potentially be required across the West Midlands region, which is split into the following areas: Birmingham North and South, Black Country North and South and Coventry and Solihull.
Full details can be found in the Specification (Appendix 2)
The Framework will be divided into the following work packages “Lots”:
Lot 1 - Building Works
Lot 2 - Electrical Works
Lot 3 - Plumbing Works
Lot 4 – Roofing works
Tenderers are invited to bid for all or any of the available Lots. It is the preference of the Authority that all the above Lots will be awarded to three suppliers per Lot.
II.1.5) Estimated total value
Value excluding VAT:
760 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 4 lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Tenderers are invited to bid for all or any of the available Lots. It is the preference of the Authority that all the above Lots will be awarded to three suppliers per Lot.
II.2) Description
Lot No: 1
II.2.1) Title
Building Works
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKG
UK
II.2.4) Description of the procurement
Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems, Lot 1 is specifically building related reactive works e.g. repair to a door.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Quality criterion: Social Value
/ Weighting: 5%
Price
/ Weighting:
40%
II.2.6) Estimated value
Value excluding VAT:
160 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Details to be provided in 2027.
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
Electrical Works
II.2.2) Additional CPV code(s)
50711000
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems, Lot 2 is specifically electrical related reactive works e.g. repair a faulty light.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Quality criterion: Social Value
/ Weighting: 5%
Price
/ Weighting:
60%
II.2.6) Estimated value
Value excluding VAT:
310 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Details to be provided in 2027.
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
Plumbing Works
II.2.2) Additional CPV code(s)
45330000
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems, Lot 3 is specifically plumbing related reactive works e.g. blocked toilets.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Quality criterion: Social Value
/ Weighting: 5%
Price
/ Weighting:
60%
II.2.6) Estimated value
Value excluding VAT:
240 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Details to be provided in 2027.
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
Roofing Repairs
II.2.2) Additional CPV code(s)
45261420
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems, Lot 3 is specifically roofing related reactive works e.g. leaking roof.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Quality criterion: Social Value
/ Weighting: 5%
Price
/ Weighting:
60%
II.2.6) Estimated value
Value excluding VAT:
40 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Details to be provided in 2027.
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 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.2.2) Contract performance conditions
Key Performance Indicators are available at appendix 8.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 12
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:
26/06/2023
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:
26/06/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
4 Years
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
UK
VI.5) Date of dispatch of this notice
25/05/2023