Section one: Contracting authority
one.1) Name and addresses
West Midlands Combined Authority
16 Summer Lane
Birmingham
B19 3SD
Telephone
+44 3453036760
Country
United Kingdom
NUTS code
UKG3 - West Midlands
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://wmca.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://wmca.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Public Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Strategic Assets Framework Agreement
Reference number
2021-02983
two.1.2) Main CPV code
- 71631400 - Technical inspection services of engineering structures
two.1.3) Type of contract
Services
two.1.4) Short description
The Strategic Asset Management team are responsible for all of the asset information for all of the different asset groupings that exist within the portfolio of the West Midlands Combined Authority (WMCA).
Due to various existing arrangements coming to an end and new services required the WMCA requires a new framework consisting of the following Lots:
• Lot 1 – BIM
• Lot 2 – Inspections
• Lot 3 – Small Works
• Lot 4 - Structures
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Lot No
1 - BIM
two.2.2) Additional CPV code(s)
- 71631400 - Technical inspection services of engineering structures
two.2.3) Place of performance
NUTS codes
- UKG3 - West Midlands
two.2.4) Description of the procurement
This Framework Agreement will enable WMCA to source independent BIM advice including but not limited to:
• Ensuring Paperwork is up to date to meet any new standards such as ISO19650. Including data drops, CDE’s and relevant file formats
• Advise on BIM Execution Plans (BEP’s) for both quality and validity ensuring to mitigate any and all risk to the WMCA as far as Practicably possible.
• Attend meetings where necessary with external parties to protect the interest of WMCA.
• Assist with the promotion of the BIM process through internal meetings with stakeholders and project managers to ensure up take by providing case studies from similar projects or your own experience.
• Teaching the necessary skills to the organisation to be self-sufficient and allow for the smooth running of the day to day process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 WMCA is looking to establish a six years maximum term Framework Agreement with one supplier for Lot 1 to ensure consistency over that period. A longer-term framework is required due to the extended timescales within Lot 4 in relation to the inspection programme for continuity.
two.2) Description
two.2.1) Title
Lot No
2 - Inspections
two.2.2) Additional CPV code(s)
- 71631400 - Technical inspection services of engineering structures
two.2.3) Place of performance
NUTS codes
- UKG3 - West Midlands
two.2.4) Description of the procurement
The Supplier is required to manage relevant inspection programme for vacant sites by a qualified individual for:
• Vacant Land
• Vacant Buildings
These will be delivered on a scheduled programme based on the insurance requirements of our brokers. It is also desirable that the person co-ordinating the surveys provides an on-call service out of hours and act as the primary key holder for the site.
The Supplier is required to record results of all inspections (not including Safety Inspections) to include:
• Date of the Inspection
• Who the inspection was undertaken by
• An objective percentage score for the site with clearly set out reasoning
• Any issues or risks at the site that need to be highlighted and the pertinent remedial works which are recommended to ensure that our sites are as safe as reasonably practicable.
It is also desirable to be able to provide quotes for the suggested works on request.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 WMCA is looking to establish a six years maximum term Framework Agreement with a minimum of 4 suppliers envisaged for Lot 2 in total with a sole supplier for vacant land and building inspections and mini competitions for ad-hoc surveys. A longer-term framework is required due to the extended timescales within Lot 4 in relation to the inspection programme for continuity.
two.2) Description
two.2.1) Title
Lot No
3 - Small Works
two.2.2) Additional CPV code(s)
- 71631400 - Technical inspection services of engineering structures
two.2.3) Place of performance
NUTS codes
- UKG3 - West Midlands
two.2.4) Description of the procurement
The contractor is required to carry out any works that should be required to monitor or maintain the site, remedy any damage to the site or prevent any further damage to the site up to a value of £50,000.
Works will include, but not be limited to:
• Removal of fly tipping
• Replacement of drain covers, fence panels, roof tiles etc
• Maintenance of the boundaries
• Purging of gas systems
• Drainage of water systems
• Landscaping works (incl tree felling, vegetation cutbacks)
• Installation and maintenance of security and safety equipment (incl alarms, CCTV)
Where applicable, quotes may be requested to align with procurement processes.
The contractor is required to produce a report of all works done to include:
• Date of works;
• Who the work was undertaken by;
• Confirmation that the issue is resolved;
• Photographic evidence that the work has been completed
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 WMCA is looking to establish a six years maximum term Framework Agreement. In terms of Lot 3, due to the potential variety of works, these will be issued via mini competition to ensure competitiveness across the period. A longer-term framework is required due to the extended timescales within Lot 4 in relation to the inspection programme for continuity.
two.2) Description
two.2.1) Title
Lot No
4 - Structures
two.2.2) Additional CPV code(s)
- 71631400 - Technical inspection services of engineering structures
two.2.3) Place of performance
NUTS codes
- UKG3 - West Midlands
two.2.4) Description of the procurement
The Supplier is required to manage relevant inspections programmes by appointing a Supervising Engineer.
The Supervising Engineer will supervise the inspection programme and be responsible for the inspections of the North Walsall Cutting bridges, Stourbridge Junction car park footbridge, Four Oaks decked car park and Longbridge decked car park. As well as any other structures which may become part of the WMCA portfolio which can be priced and discussed on a more ad-hoc basis.
The Supervising Engineer should be a Chartered Civil or Structural Engineer with a background in design, construction or maintenance of highway structures.
The inspection programme is required to commence Summer 2022 unless otherwise stated.
Confirmed inspection requirements are:
General Inspections; 24 months frequency, commencing July 2022
• North Walsall Cutting bridges - Upper Green Lane, Bloxwich Road, Mill Street and Proffitt Street
• Stourbridge Junction car park footbridge
Principle Inspections; 6 year intervals, as a replacement of the General Inspection due
• North Walsall Cutting bridges - Upper Green Lane, Bloxwich Road, Mill Street and Proffitt Street
• Stourbridge Junction car park footbridge
General Inspection Plan to be drawn up and agreed for Car Park Structures
• Four Oaks Extension
• Longbridge
The Supplier is required to provide resources for occasional bridge ‘call out visits’ and Special Inspections when a need is identified. Attendance at site is required within 24 hours of the call out request from WMCA Asset Management.
The Supplier is required to record results of all inspections (not including Safety Inspections) to include:
a) Date of the inspection
b) Those responsible for undertaking the inspection
c) General information about the structure (e.g. name, reference and location)
d) Details of the prevailing weather conditions at the time of the inspection.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 WMCA is looking to establish a six years maximum term Framework Agreement with one supplier for Lot 4 to ensure consistency over that period. A longer-term framework is required due to the extended timescales within Lot 4 in relation to the inspection programme for continuity.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The WMCA is looking to establish a six years maximum term Framework Agreement with one supplier for Lots 1 and 4 to ensure consistency over that period and then multi-sourcing envisaged for Lots 2 and 3. A longer-term framework is required due to the extended timescales within Lot 4 in relation to the inspection programme for continuity.
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
12 April 2021
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 April 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
In order to access the documents and submit a bid please do so through BravoSolution, the WMCA's e-tendering portal (https://wmca.bravosolution.co.uk). The tender reference is itt_932 and if you are not already registered on BravoSolution it is free and usually only takes a few minutes to do so.
six.4) Procedures for review
six.4.1) Review body
WMCA
Birmingham
Country
United Kingdom