Tender

IA2464 Service and Testing for Air Conditioning and Ventilation Systems

  • Staffordshire County Council
  • Cannock Chase District Council
  • South Staffordshire Council
  • Stafford Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-024857

Procurement identifier (OCID): ocds-h6vhtk-02e886

Published 6 October 2021, 9:06am



Section one: Contracting authority

one.1) Name and addresses

Staffordshire County Council

Staffordshire Place 1 Tipping Street

Stafford

ST16 2DH

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.staffordshire.gov.uk/Homepage.aspx

Buyer's address

https://supplierlive.proactisp2p.com

one.1) Name and addresses

Cannock Chase District Council

28 Beecroft Road

Cannock

WS11 1BG

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.cannockchasedc.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com

one.1) Name and addresses

South Staffordshire Council

Wolverhampton Road, Codsall

South Staffordshire

WV8 1PX

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.sstaffs.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com

one.1) Name and addresses

Stafford Borough Council

Riverside, Civic Centre

Stafford

ST16 3AQ

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.staffordbc.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://supplierlive.proactisp2p.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com

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

IA2464 Service and Testing for Air Conditioning and Ventilation Systems

Reference number

DN1274

two.1.2) Main CPV code

  • 50730000 - Repair and maintenance services of cooler groups

two.1.3) Type of contract

Services

two.1.4) Short description

This contract is for the both the planned preventative and the responsive maintenance of Air Conditioning & Ventilation equipment, included but not limited to Air Conditioning, Air Handling Units, Heat Recovery Systems and Extract Systems and all associated ducting and dampers.

There is also a requirement to carry out TM44 Energy Surveys at sites which have air conditioning and ventilation systems exceeding 12kW of cooling. As required by Article 9 of the Energy Performance of Buildings (Certificates and Inspections) Regulation 2007 these will be surveyed and assessed for operation and performance.

This is a semi comprehensive contract and the tender shall include for a specified number of regular maintenance visits per annum as detailed in Pricing Schedule to keep the units in good working order.

Please note this is a Single Supplier Framework.

two.1.5) Estimated total value

Value excluding VAT: £1,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50730000 - Repair and maintenance services of cooler groups
  • 45331220 - Air-conditioning installation work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Staffordshire

two.2.4) Description of the procurement

Please do not contact the Buyer direct.

Suppliers should set up a profile on Proactis by completing their company details first. Then registering their interest to this specific tender opportunity by searching under reference IA2464.

Any questions regarding this opportunity should go through the 'message function'.

Please note Stafford Borough Council, Cannock Chase District and South Staffordshire Council are not responsible for this procedure, they are a named organisation who may call off from the Framework.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £1,400,000

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: Yes

Description of options

Options to extend for a further 2 x 12 month to the 31st December 2024 and 31st December 2025.

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

Please note the above value includes the service element, any potential remedial works, costs of replacement parts not covered in the service cost and flexibility to add additional properties over the 4 years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

List and brief description of selection criteria

Staffordshire County Council require its successful Supplier to have ongoing 3rd party accreditation's which meet the following requirements during the term of the Framework:

1. To have a compliant Health & Safety accreditation performed by a Safety Schemes in Procurement (‘SSIP’). For more information refer to the link https://ssip.org.uk/members/#

2. Valid and compliant member of an independent pre-qualification accrediting body. For example, Constructionline (accredited to a minimum membership level of ‘SILVER’) or other equivalent bodies, offer such a service.

Note 1 - the accrediting bodies must allow for annual refreshes/vetting of the Supplier in the areas above

Note 2 - where brand names are mentioned, the Authority will consider equivalents

Note 3 - evidence of the above accreditation's MUST be provided to the Authority by successful Supplier prior to Contract Award

3. PAS91 C4: Health and safety: policy and capability or provide an exemption (details provided in the Questionnaire).

As a minimum the contract requires 4 operatives:

4. Written confirmation of certificates of competency from the principal manufacturers of equipment in the UK to the effect that the Contractor's staff have received adequate training. The Contractor will be required to provide, if requested evidence that regular training sessions are held to ensure that supervisors and operatives are continually updated in safe working practices to meet new legislation.

5. Engineers and managers must have a thorough knowledge of the implications and significance of the 18th Edition of the IEE Regulations, and of test procedures necessary to identify inadequacies of operation, unsafe conditions and unauthorised alterations which constitute potential hazards.

6. Details of the servicing staff including numbers, trade, and level of expertise. All servicing staff shall be able to demonstrate a detailed working knowledge of commercial equipment.

7. All personnel must have undertaken asbestos awareness training within the past 12 months accredited by UKATA, IATP or equivalent.

8. All personnel must evidence recent training for working at heights (within 5 years).

9. All personnel must evidence recent training for any specific working at heights equipment such as ladders, scaffold towers, MEWP’s or safe use of lanyard and harnesses as required by the site conditions and bespoke risk assessment (within 5 years)

10. All Engineers (minimum of two Engineers) working on Gas Equipment and Installations shall hold the necessary category of qualification under the Gas Safe Register scheme. Engineers working on Gas equipment must carry a valid Gas Safe card.

11. Engineers (minimum of four Engineers) to have the required qualifications (e.g. C& G Level 2 2079) to meet the legal requirements for working with Fluorinated Gases or F-Gases and with ozone depleting substances

12. All personnel (minimum of two Engineers) working on 3 phase supplies and appliances must be suitably qualified i.e. to C&G NVQ level 3 2357 (or an earlier version thereof) and C&G 2380/1/2 (18th Edition).

13. All personnel working on electrical equipment must be suitably qualified to do so

14. All staff working on this contract must have a standard DBS check

PLEASE REFER TO THE PROCUREMENT DOCUMENTATION FOR MORE DETAILS

three.2) Conditions related to the contract

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

8 November 2021

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

8 November 2021

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Staffordshire County Council

Staffordshire Place 1 Tipping Street

Stafford

ST16 2DH

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Staffordshire County Council

Staffordshire Place 1 Tipping Street

Stafford

ST16 2DH

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Staffordshire County Council

Staffordshire Place 1 Tipping Street

Stafford

ST16 2DH

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom