Sell2Wales.gov.wales uses cookies which are essential for the site to work. We also use non-essential cookies to help us improve government digital services. Any data collected is anonymised. By continuing to use this site, you agree to our use of cookies.

Accept cookies Cookie Settings

View Notice

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)

Add notice to my Sell2Wales Interest List

Notice Details

Title: FRAMEWORK AGREEMENT FOR REACTIVE REPAIRS AT VARIOUS FIRE SERVICE LOCATIONS
OCID: ocds-h6vhtk-03cf88
Published by: West Midlands Fire and Rescue Authority
Authority ID: AA20364
Publication Date: 26/05/2023
Deadline Date: 26/06/2023
Deadline Time: 12:00
Notice Type: Contract Notice
Has Documents: No
Has SPD: No
Abstract:

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.

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


Information added to the notice since publication.

Additional information added to the notice since it's publication.
No further information has been uploaded.
Main Contact: sophie.manns@wmfs.net
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a

Commodity Categories

Commodity Categories
IDTitleParent Category
45330000Plumbing and sanitary worksBuilding installation work
50000000Repair and maintenance servicesOther Services
50700000Repair and maintenance services of building installationsRepair and maintenance services
50711000Repair and maintenance services of electrical building installationsRepair and maintenance services of electrical and mechanical building installations
45261420Waterproofing workErection and related works of roof frames and coverings

Delivery Locations

Delivery Locations
IDDescription
100UK - All

Alert Region Restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

Alert Region Restrictions
There are no alert restrictions for this notice.

Copyright © Sell2Wales