Section one: Contracting authority
one.1) Name and addresses
Walsall Metropolitan Borough Council
Civic Centre, Darwall Street
Walsall
WS1 1TP
Country
United Kingdom
NUTS code
UKG38 - Walsall
Internet address(es)
Main address
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).