Tender

WP3804 - New Art Gallery Walsall - Maintenance Services

  • Walsall Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-025516

Procurement identifier (OCID): ocds-h6vhtk-03f832

Published 30 August 2023, 5:04pm



Section one: Contracting authority

one.1) Name and addresses

Walsall Metropolitan Borough Council

Civic Centre, Darwall Street

Walsall

WS1 1TP

Email

procurement@walsall.gov.uk

Country

United Kingdom

NUTS code

UKG38 - Walsall

Internet address(es)

Main address

www.walsall.gov.uk

Buyer's address

https://in-tendhost.co.uk/walsallcouncil

one.3) Communication

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

https://in-tendhost.co.uk/walsallcouncil

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/walsallcouncil

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

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

WP3804 - New Art Gallery Walsall - Maintenance Services

Reference number

WP3804

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

WP3804 - New Art Gallery Walsall - Planned Preventative Maintenance ServicesThe Council are looking to engage with an experienced contractor to provide a planned preventative maintenance service, and reactive remedial maintenance support, to the building systems of The NAGW. Principally this would be to maintain the main building systems of the site – building management systems, water systems, electrical systems, pressure systems, doors and windows, lighting, and environmental controls - and in turn to support the general operation of the site, in accordance with the needs of the venue, best practice, recommended insurance advice, and statutory requirements. This contractor should also provide advice for additional reactive works as appropriate upon request from The NAGW (if works fall out of the remit described within any agreement). In this regard The NAGW measures successful delivery of the contract by an ability to maintain full operational functionality of the building s

two.1.5) Estimated total value

Value excluding VAT: £380,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50700000 - Repair and maintenance services of building installations
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50720000 - Repair and maintenance services of central heating

two.2.3) Place of performance

NUTS codes
  • UKG38 - Walsall

two.2.4) Description of the procurement

The Council are looking to engage with an experienced contractor to provide a planned preventative maintenance service, and reactive remedial maintenance support, to the building systems of The NAGW. Principally this would be to maintain the main building systems of the site – building management systems, water systems, electrical systems, pressure systems, doors and windows, lighting, and environmental controls - and in turn to support the general operation of the site, in accordance with the needs of the venue, best practice, recommended insurance advice, and statutory requirements. This contractor should also provide advice for additional reactive works as appropriate upon request from The NAGW (if works fall out of the remit described within any agreement). In this regard The NAGW measures successful delivery of the contract by an ability to maintain full operational functionality of the building systems, and the upkeep and identification of on-going maintenance needs to reduce longer-term issues.

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: £380,000

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

Three year Contract duration with up to one year extension.

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


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

29 September 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

29 September 2023

Local time

1:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Interest in this contract process should be expressed via the Council’s e-Tendering Portal – https://in-tendhost.co.uk/walsallcouncil The Council reserves the right to cancel the procurement and not to proceed with the contract. The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only. The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their SSQ or tender submissions. The Council notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process. This is a voluntary contract notice. Under this [procurement / project] the [contractor / developer] is required to actively participate in the economic and social regeneration of the locality of and surrounding the place of delivery for the [procurement / project]. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

six.4) Procedures for review

six.4.1) Review body

See VI.4.3

Walsall

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

See VI.4.3

Walsall

Country

Afghanistan

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a standstill period at the point when information on the proposed award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Aggrieved parties who have been harmed or are at risk of harm by any breach of the Council’s obligations may take action in the High Court (England, Wales and Northern Ireland).