Tender

Strategic Assets Framework Agreement

  • West Midlands Combined Authority

F02: Contract notice

Notice identifier: 2021/S 000-004901

Procurement identifier (OCID): ocds-h6vhtk-029a96

Published 10 March 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

West Midlands Combined Authority

16 Summer Lane

Birmingham

B19 3SD

Email

procurement.team@wmca.org.uk

Telephone

+44 3453036760

Country

United Kingdom

NUTS code

UKG3 - West Midlands

Internet address(es)

Main address

www.wmca.org.uk

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