Tender

Repair, Maintenance and Demolition of Fire Service Training Drill Towers and Related Services

  • Buckinghamshire and Milton Keynes Fire Authority

F02: Contract notice

Notice identifier: 2022/S 000-011684

Procurement identifier (OCID): ocds-h6vhtk-033441

Published 5 May 2022, 12:22pm



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire and Milton Keynes Fire Authority

Headquarters, Stocklake

Aylesbury

HP20 1BD

Contact

Procurement Manager

Email

rondasmith@bucksfire.gov.uk

Country

United Kingdom

NUTS code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

www.bucksfire.gov.uk

one.3) Communication

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

https://in-tendorganiser.co.uk/bucksfire/aspx/itlogin.aspx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendorganiser.co.uk/bucksfire/aspx/itlogin.aspx

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Repair, Maintenance and Demolition of Fire Service Training Drill Towers and Related Services

Reference number

PRO-448

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Buckinghamshire Fire and Rescue Service are looking to appoint a supplier to undertake services in relation to repairing, maintaining, possible demolition or ‘mothballing’ of drill towers across the estate. This includes a variety of traditional construction types including structures consisting of construction materials of brick, concrete and steel. The duration of these works are to undertaken over the period September 2022 to August 2023. The successful bidder will be contracted to undertake the immediate approved works to 9 drill towers, with the remaining 6 still under review by the Authority as to the best course of action to meet future operational requirements.The successful contractor will be required to supply labour, plant and materials to carry out the programme of works in accordance with works identified within the technical works specifications and, structural survey reports provided in the tender documents. The contract value range is estimated £180,00-£315,

two.1.5) Estimated total value

Value excluding VAT: £315,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 45216100 - Construction work for buildings relating to law and order or emergency services
  • 45262000 - Special trade construction works other than roof works
  • 34152000 - Training simulators
  • 45223000 - Structures construction work
  • 44111000 - Building materials
  • 45216120 - Construction work for buildings relating to emergency services
  • 45216121 - Fire station construction work

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC
Main site or place of performance

County of Buckinghamshire & Milton Keynes

two.2.4) Description of the procurement

Buckinghamshire Fire and Rescue Service are looking to appoint a supplier to undertake services in relation to repairing, maintaining, possible demolition or ‘mothballing’ of drill towers across the estate. This includes a variety of traditional construction types including structures consisting of construction materials of brick, concrete & steel. The duration of these works are to undertaken over the period September 2022 to August 2023. The successful bidder will be contracted to undertake the immediate approved works to 9 drill towers, with the remaining 6 still under review by the F&RS as to the best course of action to meet future operational requirements.The successful contractor will be required to supply labour, plant and materials to carry out the programme of works in accordance with works identified within the technical works specifications and, structural survey reports provided in the tender documentsThe contract value range is estimated to range from a minimum of £180,000, up to a maximum of £315,000. The value of the approved works is estimated to be in the region of £180,000. The total scope of the contract works has an estimated possible maximum value of up to £315,000. This total estimated contract value includes all works proceeding on all drill towers and should be noted that this is not confirmation of all works proceeding.Buckinghamshire Fire and Rescue Service will provide controlled access to all drill towers for survey as part of the tender process. Site visits will be controlled by F&RS property team who will have a representative on site to facilitate the site visit. Bidders should contact the F&RS property manager to obtain time slot to visit the drill towers. Site visits will be across the period of 23/05/2022 to 17/06/2022. Alternatively, bidders may not require site visits and choose to submit their tender response utilising the detailed information provided in the Technical Specifications & Structural Reports contained within the tender package.QualificationsThere are two stages of the Quality Assessment. Bidders are required to meet the minimum requirements set out in Stage 1 of the tender process. Stage 1 - These are mandatory requirements which will not be scored but are essential in order to progress to Stage 2. These include the mandatory requirements laid out in Appendix A - SPD Grounds for Exclusion and the minimum requirements set out in Appendix B – SQ Supplier Questionnaire contained within the tender package. These must be passed to progress to Stage 2

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: £315,000

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

Start date

1 August 2022

End date

30 September 2023

This contract is subject to renewal

Yes

Description of renewals

Contract will have the option to extend up to 30/09/2024 subject to delivery of value for money and agreement of all contracted parties

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

JCT Minor Works Contract (2016) unedited

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: No

four.2) Administrative information

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

Date

1 July 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

1 July 2022

Local time

12:00pm


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 High Court of England and Wales

Rolls Building, 7 Rolls Building, Fetter Lane

London

EC4A 1NL

Country

United Kingdom