Contract

Framework Agreement for Mechanical and Associated Works 2023-2025 (2027) for works up to a value of £500,000

  • Wigan Council

F03: Contract award notice

Notice identifier: 2023/S 000-011425

Procurement identifier (OCID): ocds-h6vhtk-038c20

Published 21 April 2023, 9:14am



Section one: Contracting authority

one.1) Name and addresses

Wigan Council

Town Hall, Library Street

Wigan

WN1 1YN

Contact

Mr. Sean Pidduck

Email

Sean.Pidduck@wigan.gov.uk

Telephone

+44 7798610539

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.wigan.gov.uk/

Buyer's address

http://www.wigan.gov.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

Framework Agreement for Mechanical and Associated Works 2023-2025 (2027) for works up to a value of £500,000

Reference number

DN645793

two.1.2) Main CPV code

  • 45331110 - Boiler installation work
    • IA38 - For mechanical installations

two.1.3) Type of contract

Works

two.1.4) Short description

Wigan Council is seeking to procure a panel of contractors to be part of a framework

agreement for mechanical and associated works for works up to a value of £500,000 per

project.

The scope of works within this framework is mechanical and associated works; this includes,

but is not limited to:

• Boiler replacement, alterations to heating systems, pump replacement and the like

(requirements for these works will arise in Lot 1 and Lot 2).

• Decarbonisation works including Air Source Heat Pumps (Lot 1 & 2), solar thermal / PV (Lot

1 & 2), Ground Source Heat Pumps (Lot 2), Biomass Boilers (Lot 2), and the like.

Bidders must be able to deliver both conventional Boiler/heating related type works and

those Decarbonisation works within the scope of the relevant Lot (as detailed above) in

respect of the value Lots to which they are applying.

The framework agreement will consist of 2 lots. Lot 1 will deliver works up to a value of

£150,000 per project and Lot 2 will deliver works having a value of between £150,000 and £500,000 per project. All contractors appointed to the framework must be able to

undertake projects to the upper project cost limit for the lot(s) to which they are applying.

Individual contracts raised under the framework agreement can commence at any time

during the period of the framework.

The Framework Agreement will run for an initial period of 2 years and may be extended for

two further periods of 12 months each.

It is intended to appoint between 5 and 10 contractors per Lot. These will be the top 5 to 10

highest scoring bidders provided there are sufficient compliant and satisfactory responses

received under the tender process.

The framework agreement will be available for use by all directorates within Wigan Council

and schools in the borough of Wigan. There will be potential for partner organisations and

other areas of the Council to use the framework, as detailed within the Invitation to Tender

documentation.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £10,000,000

two.2) Description

two.2.1) Title

Lot 1 - works up to GBP 150 000 / Lot 2 - works between GBP 150 000 and GBP 500 000

Lot No

1 and 2

two.2.2) Additional CPV code(s)

  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44622000 - Heat-recovery systems
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45333000 - Gas-fitting installation work
  • 45351000 - Mechanical engineering installation works
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

The Framework Agreement for Mechanical and Associated Works 2023-2025 (2027) will

consist of 2 lots. Lot 1 will deliver works up to a value of GBP 150 000 per project and Lot 2

will deliver works that have a value of between GBP 150 000 and GBP 500 000 per project. All

contractors appointed to the framework must be able to undertake projects to the upper

project cost limit for the lot(s) to which they are applying. It is intended to appoint the top 5 to 10 highest scoring bidders on each lot provided there are sufficient compliant and satisfactory responses received under the tender process.

The Framework Agreement will run for an initial period of 2 years and may be extended for two

further periods of 12 months each. The framework agreement will be open for use to all

directorates within Wigan Council and schools in the borough of Wigan. There will be

potential for partner organisations and other areas of the Council to use the framework, as

detailed within the Invitation to Tender documentation. Individual contracts raised under the

framework agreement can commence at any time during the period of the framework

agreement. Wigan Council makes no guarantee as to the volume of business on offer

through this framework agreement. The estimated total financial value of works to be put

through the framework over its potential full four-year period is only for indicative purposes

and the actual value of works will be dependent on a range of factors.

two.2.5) Award criteria

Quality criterion - Name: Technical and Professional Capacity - Boiler/Heating related Works and the like / Weighting: 15

Quality criterion - Name: Technical and Professional Capacity - Decarbonisation Works / Weighting: 5

Quality criterion - Name: Health and Safety / Weighting: 10

Quality criterion - Name: Customer Satisfaction / Weighting: 5

Quality criterion - Name: Performance Management / Weighting: 5

Quality criterion - Name: Quality Management / Weighting: 5

Quality criterion - Name: Social Value / Weighting: 15

Price - Weighting: 40

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 Framework Agreement will run for an initial period of 2 years and may be extended for

two further periods of 12 months each.


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

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: 2022/S 000-034878


Section five. Award of contract

Lot No

1

Title

Lot 1 - works up to GBP 150 000

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 April 2023

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

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: 13

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

CPL Heating and Plumbing Limited

Unit C1, Anchorage Business Park, Chain Caul Way, Ashton on Ribble

Preston

PR2 2YL

Country

United Kingdom

NUTS code
  • UKD4 - Lancashire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DFP Services Limited

One West Durham, St. John's Road, Meadowfield

Durham

DH7 8RD

Country

United Kingdom

NUTS code
  • UKC14 - Durham CC
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

J.G. Kelley (Fleetwood) Limited T/A EAS Electrical & Mechanical Engineers

28 Siding Road

Fleetwood

FY7 6NS

Country

United Kingdom

NUTS code
  • UKD44 - Lancaster and Wyre
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

EE Thompson and Son Ltd (Thompson Building Services Engineers)

402 - 404 Blackpool Road, Ashton

Preston

PR2 2DX

Country

United Kingdom

NUTS code
  • UKD4 - Lancashire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Hayman Mechanical Services Limited

Richmond House, Short Street, Pemberton

Wigan

WN5 8AW

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Kimpton Ltd

Unit 5, Hawkshead Road, Greenfields Technology Park, Wirral

Bromborough

CH62 3RJ

Country

United Kingdom

NUTS code
  • UKD63 - Cheshire West and Chester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Seddon Construction Limited

Plodder Lane, Edge Fold

Bolton

BL4 0NN

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

No

five.2.3) Name and address of the contractor

WH Good Limited

Carrs Industrial Estate, Lancashire

Haslingden

BB4 5JT

Country

United Kingdom

NUTS code
  • UKD4 - Lancashire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £1 / Highest offer: £10,000,000 taken into consideration


Section five. Award of contract

Lot No

2

Title

Lot 2 - works between GBP 150 000 and GBP 500 000

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 April 2023

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 10

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: 12

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

CPL Heating and Plumbing Limited

Unit C1, Anchorage Business Park, Chain Caul Way, Ashton on Ribble, Lancashire

Preston

PR2 2YL

Country

United Kingdom

NUTS code
  • UKD4 - Lancashire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DFP Services Limited

One West Durham, St. John's Road, Meadowfield

Durham

DH7 8RD

Country

United Kingdom

NUTS code
  • UKC14 - Durham CC
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

EE Thompson and Son Ltd (Thompson Building Services Engineers)

402 - 404 Blackpool Road, Ashton

Preston

PR2 2DX

Country

United Kingdom

NUTS code
  • UKD4 - Lancashire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Hayman Mechanical Services Limited

Richmond House, Short Street, Pemberton

Wigan

WN5 8AW

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Kimpton Ltd

Unit 5, Hawkshead Road, Greenfields Technology Park, Wirral

Bromborough

CH62 3RJ

Country

United Kingdom

NUTS code
  • UKD63 - Cheshire West and Chester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Seddon Construction Limited

Plodder Lane, Edge Fold

Bolton

BL4 0NN

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

No

five.2.3) Name and address of the contractor

Sure Maintenance Limited

Unit 16, The Matchworks, Speke Road

Liverpool

L19 2RF

Country

United Kingdom

NUTS code
  • UKD72 - Liverpool
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £1 / Highest offer: £10,000,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

Country

United Kingdom