Tender

FRAMEWORK AGREEMENT FOR REACTIVE REPAIRS AT VARIOUS FIRE SERVICE LOCATIONS

  • West Midlands Fire and Rescue Authority

F02: Contract notice

Notice identifier: 2023/S 000-014986

Procurement identifier (OCID): ocds-h6vhtk-03cf88

Published 25 May 2023, 4:24pm



Section one: Contracting authority

one.1) Name and addresses

West Midlands Fire and Rescue Authority

99 Vauxhall Road, Nechells

Birmingham

B7 4HW

Contact

Sophie Manns

Email

sophie.manns@wmfs.net

Telephone

+44 1213806180

Country

United Kingdom

Region code

UKG - West Midlands (England)

National registration number

VAT No. 281 2856 47

Internet address(es)

Main address

http://www.wmfs.net

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/34952

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=68894&B=BLUELIGHT

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=68894&B=BLUELIGHT

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

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

FRAMEWORK AGREEMENT FOR REACTIVE REPAIRS AT VARIOUS FIRE SERVICE LOCATIONS

Reference number

C5440

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

A Framework Agreement for the reactive repairs for all WMFS sites.

Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems e.g. repair to a toilet. The works could potentially be required across the West Midlands region, which is split into the following areas: Birmingham North and South, Black Country North and South and Coventry and Solihull.

Full details can be found in the Specification (Appendix 2)

The Framework will be divided into the following work packages “Lots”:

Lot 1 - Building Works

Lot 2 - Electrical Works

Lot 3 - Plumbing Works

Lot 4 – Roofing works

Tenderers are invited to bid for all or any of the available Lots. It is the preference of the Authority that all the above Lots will be awarded to three suppliers per Lot.

two.1.5) Estimated total value

Value excluding VAT: £760,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers are invited to bid for all or any of the available Lots. It is the preference of the Authority that all the above Lots will be awarded to three suppliers per Lot.

two.2) Description

two.2.1) Title

Building Works

Lot No

1

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UK - United Kingdom

two.2.4) Description of the procurement

Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems, Lot 1 is specifically building related reactive works e.g. repair to a door.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 5%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £160,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Details to be provided in 2027.

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) Description

two.2.1) Title

Electrical Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 50711000 - Repair and maintenance services of electrical building installations

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems, Lot 2 is specifically electrical related reactive works e.g. repair a faulty light.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 5%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £310,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Details to be provided in 2027.

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) Description

two.2.1) Title

Plumbing Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems, Lot 3 is specifically plumbing related reactive works e.g. blocked toilets.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 5%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £240,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Details to be provided in 2027.

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) Description

two.2.1) Title

Roofing Repairs

Lot No

4

two.2.2) Additional CPV code(s)

  • 45261420 - Waterproofing work

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Reactive maintenance works are those that comprise of day to day emergency repairs together with short term items to rectify immediate problems, Lot 3 is specifically roofing related reactive works e.g. leaking roof.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Quality criterion - Name: Social Value / Weighting: 5%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £40,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Details to be provided in 2027.

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

Key Performance Indicators are available at appendix 8.


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

Envisaged maximum number of participants to the framework agreement: 12

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

26 June 2023

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

26 June 2023

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: 4 Years

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

London

Country

United Kingdom