Tender

The Planned Preventative Maintenance (PPM) and Emergency Repairs of Heating, Ventilation and Air Conditioning for All WMFS sites

  • West Midlands Fire And Rescue Authority

F02: Contract notice

Notice identifier: 2024/S 000-023632

Procurement identifier (OCID): ocds-h6vhtk-048595

Published 29 July 2024, 3:37pm



Section one: Contracting authority

one.1) Name and addresses

West Midlands Fire And Rescue Authority

99 Vauxhall Road

Birmingham

b7 4HW

Contact

Sophie Manns

Email

sophie.manns@wmfs.net

Telephone

+44 01213806180

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Internet address(es)

Main address

https://www.wmfs.net/

Buyer's address

https://sell2.in-tend.co.uk/blpd/home

one.3) Communication

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

https://sell2.in-tend.co.uk/blpd/home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sell2.in-tend.co.uk/blpd/home

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

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Planned Preventative Maintenance (PPM) and Emergency Repairs of Heating, Ventilation and Air Conditioning for All WMFS sites

Reference number

C5671

two.1.2) Main CPV code

  • 50531100 - Repair and maintenance services of boilers

two.1.3) Type of contract

Services

two.1.4) Short description

The contract is to provide an effective planned preventative maintenance (PPM) programme and emergency repairs of Heating, Ventilation and Air Conditioning for the West Midlands Fire and Rescue Authority (WMFRA) for an initial period of two years plus options to extend by up to a further 2 years period with the successful Tenderer.  Please refer to the Specifications which provides full details. 

two.1.5) Estimated total value

Value excluding VAT: £228,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Heating and Hot water

Lot No

1

two.2.2) Additional CPV code(s)

  • 50720000 - Repair and maintenance services of central heating
  • 50531200 - Gas appliance maintenance services
  • 50531100 - Repair and maintenance services of boilers
  • 44621220 - Central-heating boilers
  • 44621210 - Water boilers

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

The contract is to provide an effective planned preventative maintenance (PPM) programme and emergency repairs of Heating systems across all WMFS sites.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £88,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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

Air conditioning and Ventilation.

Lot No

2

two.2.2) Additional CPV code(s)

  • 71315410 - Inspection of ventilation system
  • 45259300 - Heating-plant repair and maintenance work
  • 50000000 - Repair and maintenance services
  • 45331000 - Heating, ventilation and air-conditioning installation work

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

The contract is to provide an effective planned preventative maintenance (PPM) programme and emergency repairs of Air Conditioning and Ventilation around all WMFS sites.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £140,000

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

Duration in months

48

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents

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

29 August 2024

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

29 August 2024

Local time

12:00pm

Place

Online


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