Contract award notice
Results of the procurement procedure
Section I: Contracting 
        entity
      
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.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
      
  II.1.7) Total value of the procurement
  Value excluding VAT: 
				10 000 000.00 
				  GBP
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    Fabric and General Building Maintenance
    II.2.2) Additional CPV code(s)
    79993100
    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
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    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)
    79993100
    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
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    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)
    79993100
    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
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    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)
    79993100
    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
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    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)
    79993100
    II.2.3) Place of performance
    NUTS code:
    UKK15
    II.2.4) Description of the procurement
    ot 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
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    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)
    79993100
    II.2.3) Place of performance
    NUTS code:
    UKK15
    II.2.4) Description of the procurement
    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
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    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.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2024/S 000-010453
 
Section V: Award of contract
          Lot No: 1
          Contract No: FM1826.1
          Title: Fabric and General Building Maintenance
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2024
V.2.2) Information about tenders
                Number of tenders received: 9
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  Kier Workplaces Services
  Hampshire,
  RG21 8UQ
  UK
  
            NUTS: UKK15
  The contractor is an SME:
        Yes
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					
						Lowest offer: 
						4 957.00 
							GBP
						/ Highest offer: 
						100 000.00 
							GBP
V.2.5) Information about subcontracting
Section V: Award of contract
          Lot No: 2
          Contract No: FM1826.2
          Title: Mechanical and Electrical Services
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2024
V.2.2) Information about tenders
                Number of tenders received: 8
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  Lorne Stewart Plc
  Plymouth
  PL6 7PY
  UK
  
            NUTS: UKK15
  The contractor is an SME:
        Yes
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					
						Lowest offer: 
						674 775.00 
							GBP
						/ Highest offer: 
						6 747 750.00 
							GBP
V.2.5) Information about subcontracting
Section V: Award of contract
          Lot No: 3
          Contract No: FM1826.3
          Title: Water Hygiene Management Services
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2024
V.2.2) Information about tenders
                Number of tenders received: 8
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  Churchill Contract Services Ltd
  Bedfordshire
  LU1 3LU
  UK
  
            NUTS: UKK15
  The contractor is an SME:
        Yes
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					
						Lowest offer: 
						60 852.00 
							GBP
						/ Highest offer: 
						608 520.00 
							GBP
V.2.5) Information about subcontracting
Section V: Award of contract
          Lot No: 4
          Contract No: FM1826.4
          Title: Fire and Security
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2024
V.2.2) Information about tenders
                Number of tenders received: 4
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  Kier Workplace Services
  Hampshire
  RG21 8UQ
  UK
  
            NUTS: UKK15
  The contractor is an SME:
        Yes
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					
						Lowest offer: 
						104 083.00 
							GBP
						/ Highest offer: 
						1 040 830.00 
							GBP
V.2.5) Information about subcontracting
Section V: Award of contract
          Lot No: 5
          Contract No: FM1826.5
          Title: Asbestos Management Services
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2024
V.2.2) Information about tenders
                Number of tenders received: 3
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  Lucion Services Limited
  Tyne and Wear
  NE11 9JT
  UK
  
            NUTS: UKK15
  The contractor is an SME:
        Yes
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					
						Lowest offer: 
						12 445.00 
							GBP
						/ Highest offer: 
						124 450.00 
							GBP
V.2.5) Information about subcontracting
Section V: Award of contract
          Lot No: 6
          Contract No: FM1826.6
          Title: Drainage Services
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2024
V.2.2) Information about tenders
                Number of tenders received: 3
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  Kier Workplace Services
  Hampshire
  RG21 8UQ
  UK
  
            NUTS: UKK15
  The contractor is an SME:
        Yes
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					
						Lowest offer: 
						586 952.00 
							GBP
						/ Highest offer: 
						5 869 520.00 
							GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court of England and Wales
    London
    UK
   
  VI.4.2) Body responsible for mediation procedures
  
 
VI.5) Date of dispatch of this notice
27/09/2024