Section one: Contracting authority
one.1) Name and addresses
West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
Contact
Darren Wood
darren.wood@westyorks-ca.gov.uk
Telephone
+44 1133481789
Country
United Kingdom
NUTS code
UKE4 - West Yorkshire
National registration number
8876556
Internet address(es)
Main address
https://www.westyorks-ca.gov.uk
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103257
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=45599&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=45599&B=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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Maintenance, Repair, Replacement & Installation of Mechanical, Electrical & Associated Building Services
Reference number
CA51855
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
West Yorkshire Combined Authority (the CA) is seeking tenders for the provision of Maintenance, Repair, Replacement & Installation of Mechanical, Electrical & Associated Building Services. The successful tenderer will provide a Planned, Reactive, Replacement and Installation service relating to mechanical/electrical services across a range of the CAs portfolio of properties located in the five districts of West Yorkshire.
The Contract will be for an initial two (2) year term with three (3) 12-month optional extensions to be applied annually up to a maximum of three (3) years (maximum contract term of 5 years).
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79993000 - Building and facilities management services
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
Main site or place of performance
LS1 2DE
two.2.4) Description of the procurement
Services included in the contract requirements shall relate to Heating, Ventilation, Gas Services, Water Hygiene, Fire Alarms, Fire Extinguishers, Gas Suppression Systems, Air Conditioning, Plumbing, Electrical Services (EICR, PAT, and Emergency Lighting), Access Control, Lifts and Escalators. Specifically excluded from this contract are ICT Services, CCTV, Automatic Doors and other specialist equipment not listed in the asset register.
In addition to the above, the CA may request for services/works to be undertaken in accordance with its Asset Development Plan (ADP) which may include refurbishment of public/staff facilities and replacement of life expired plant and equipment. The CA premises vary in size, extent, style and content ranging from small detached buildings to large transport interchange and office buildings. Mechanical and electrical installations are likewise varied in their complexity, age and condition. The sites currently consist of: 8 Staffed bus stations, Un-staffed bus stations, 7 Small bus stations, 5 Rail Station Car Parks,1 Office Accommodation, 1 Residential Property, 15 Small Commercial Units, Brick, Stone and Timber Bus Shelters.
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: £2,000,000
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 is anticipated to commence on 1 October 2022 and shall be awarded on an initial (2) year fixed term with optional extension provision for up to three (3) further years agreed in annual increments and a maximum potential contract term of five (5) years.
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
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.1.8) 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
30 May 2022
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
30 May 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2027
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The estimated contract value stated is for the maximum potential contract term of 5 years and includes all planned, reactive, forecasted and un-forecasted additional project work that may be required throughout the contract period - tenderers should note that not all required elements will be provided for in the pricing schedule contained within this tender.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
darren.wood@westyorks-ca.gov.uk
Country
United Kingdom