Contract

The Provision of a Planned & Reactive Maintenance Service for Mechanical Services (including ventilation and air conditioning)

  • Buckinghamshire Council

F03: Contract award notice

Notice identifier: 2024/S 000-001886

Procurement identifier (OCID): ocds-h6vhtk-040199

Published 19 January 2024, 11:25am



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Contact

Mrs Ann Spence

Email

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