Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
Mrs Ann Spence
ann.spence@buckinghamshire.gov.uk
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.supplybucksbusiness.org.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of a Planned & Reactive Maintenance Service for Mechanical Services (including ventilation and air conditioning)
Reference number
DN685615
two.1.2) Main CPV code
- 50712000 - Repair and maintenance services of mechanical building installations
two.1.3) Type of contract
Services
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,136,680
two.2) Description
two.2.2) Additional CPV code(s)
- 45259300 - Heating-plant repair and maintenance work
- 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
- 50720000 - Repair and maintenance services of central heating
- 50730000 - Repair and maintenance services of cooler groups
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Buckinghamshire
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-027487
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 January 2024
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other 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
five.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
Country
United Kingdom
NUTS code
- UKJ13 - Buckinghamshire CC
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £4,136,680
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court
The Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom