Tender

T2331 - Mechanical Services

  • Belfast City Council

F02: Contract notice

Notice identifier: 2023/S 000-002693

Procurement identifier (OCID): ocds-h6vhtk-039ba4

Published 27 January 2023, 6:17pm



Section one: Contracting authority

one.1) Name and addresses

Belfast City Council

9 Adelaide Street

Belfast

BT2 8DJ

Email

cps@belfastcity.gov.uk

Country

United Kingdom

Region code

UKN06 - Belfast

Internet address(es)

Main address

https://www.belfastcity.gov.uk

Buyer's address

https://www.belfastcity.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://e-sourcingni.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://e-sourcingni.bravosolution.co.uk/web/login.shtml

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://e-sourcingni.bravosolution.co.uk/web/login.shtml

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

T2331 - Mechanical Services

Reference number

T2331

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

A mechanical installation, planned and reactive repair/ maintenance and minor works service across Employer’s Sites and a wide range of assets in accordance with all current legislation/ regulations, appropriate industry specifications, original equipment ‘OEM’ manufacturer recommendations etc.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45212290 - Repair and maintenance work in connection with sports facilities
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 50413100 - Repair and maintenance services of gas-detection equipment
  • 50511000 - Repair and maintenance services of pumps
  • 50531100 - Repair and maintenance services of boilers
  • 51120000 - Installation services of mechanical equipment
  • 71314310 - Heating engineering services for buildings
  • 71333000 - Mechanical engineering services

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
Main site or place of performance

Belfast City Council Area

two.2.4) Description of the procurement

The scope of the services required includes:-

A mechanical installation, planned and reactive repair/ maintenance and minor works service across Employer’s Sites and a wide range of assets in accordance with all current legislation/ regulations, appropriate industry specifications, original equipment ‘OEM’ manufacturer recommendations etc.

Range of mechanical maintenance activities to include, but not limited to:

Air handling units and associated equipment

Boilers and associated equipment

Annual flushing and cleaning of heating and cooling circuits

Smoke ventilation systems

Booster and sump pumps

Carbon dioxide and carbon monoxide monitoring systems

Drinking fountains

Pressurisation units

Percentage adjustments to PSA rates

The provision of all required reporting of applicable data/ work complete associated with providing the services

A 24 hours per day, 365/366 days per year service.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Contract shall be effective from the date of award of Contract for an initial period of 1 year/ 12 months.

The Council reserves the right to extend/renew the Contract up to a further 4 years (Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Council reserves the right to add the following additional requirements to the service under this Contract during the Contract Period: -

Special projects which may include, but are not be limited to - project management, energy/ process efficiency projects, technical support/advice, site surveys, design services etc. This may apply to all Site types including more complex mechanical installations/ site refurbishments.

Other services associated with a mechanical installation, maintenance or repair project e.g. electrical, instrumentation, control and automation ‘ICA’.

Any other required mechanical installation, repair or maintenance services required on the Sites.

Additional Sites not listed in Annexe 1. This may be in response to additional Sites being added/ identified and/or changes in how the Employer’s in house operations teams are resourced and delivered.

Temporary support for the Employer’s in house operations to cover any shortfall in available resources.

Introduce required changes associated with the service to the Specification to accommodate changes to the Employer’s operational model and working practices e.g. functional re-structuring, new customer hub, etc;

Large scale projects or changes may be subject to price negotiation based on economies of scale. The Employer reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.

The Employer reserves the right to add or remove Sites/ assets from the Contract in line with the Employer’s requirements. Where the Council identifies an additional Sites/ assets to be added the Contractor will expected to price based similar Sites/assets/ tasks priced in the Schedule of Rates.

The use of a Contract Option may be subject to further Employer internal approvals and be in accordance with the provisions of the Public Contracts Regulations.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As set out in the instructions to tender 'ITT' document

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the instructions to tender 'ITT' document and associated terms and conditions


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.2.2) Time limit for receipt of tenders or requests to participate

Date

27 February 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 February 2023

Local time

12:30pm

Place

via eSourcing NI portal


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

97 Chichester Street

Belfast

BT1 3JA

Country

United Kingdom