Tender

Hard Facilities Management Services and Works

  • West Yorkshire Combined Authority

F02: Contract notice

Notice identifier: 2021/S 000-030266

Procurement identifier (OCID): ocds-h6vhtk-02d4ae

Published 6 December 2021, 6:22pm



Section one: Contracting authority

one.1) Name and addresses

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

Contact

Darren Wood

Email

darren.wood@westyorks-ca.gov.uk

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

Internet address(es)

Main address

https://www.westyorks-ca.gov.uk/

Buyer's address

https://in-tendhost.co.uk/westyorkshireca/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/westyorkshireca/aspx/Home

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/westyorkshireca/aspx/Home

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

Hard Facilities Management Services and Works

Reference number

PROJECT NO. CA1600

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

West Yorkshire Combined Authority (the CA) is seeking tenders for the provision of Hard Facilities Management Services and Works, relating to maintenance, repair, replacement and installation of mechanical, electrical , building fabric, groundworks, drainage and associated building services.The successful tenderer will provide a Planned, Reactive, Replacement and Installation service relating to mechanical/electrical AND Building Fabric services across a range of the CAs portfolio of properties located in the five districts of West Yorkshire.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993000 - Building and facilities management services
  • 45400000 - Building completion work
  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

Hard Facilities Management Services and WorksWest Yorkshire Combined Authority (the CA) is seeking tenders for the provision of Hard Facilities Management Services and Works, relating to maintenance, repair, replacement and installation of mechanical, electrical , building fabric, groundworks, drainage and associated building services.The successful tenderer will provide a Planned, Reactive, Replacement and Installation service relating to mechanical/electrical AND Building Fabric services across a range of the CAs portfolio of properties located in the five districts of West Yorkshire.Services generally included in the contract requirements shall relate to Heating, Ventilation, Gas Services, Water Hygiene, Fire Alarms, Fire Extinguishers, Gas Suppression Systems, Air Conditioning, Plumbing, Electrical Services (EICR, PAT, and Emergency Lighting), Access Control, Lifts, Escalators, Handyperson Duties, Glazing, Road Resurfacing, Road Markings, Building Fabric Maintenance, Pest Control, Landscape Maintenance, Roof Access Testing, Timber/Stone Bus Shelter Repairs and other Building /Fabric Repairs. Specifically excluded from this contract are ICT Services, CCTV, Automatic Doors and other specialist equipment not listed in the asset register.In addition to the above, the CA may request for works to be undertaken in accordance with its Asset Development Plan (ADP) which may include refurbishment of public/staff facilities and replacement of life expired plant and equipment.The premises vary in size, extent, style and content ranging from small detached buildings to large transport interchange and office buildings. Mechanical and electrical installations are likewise varied in their complexity, age and condition. The sites currently consist of: 8 Staffed bus stations, Un-staffed bus stations, 7 Small bus stations, 5 Rail Station Car Parks, 1 Office Accommodation, 1 Residential Property, 15 Small Commercial Units, Brick, Stone and Timber Bus Shelters.The contract is anticipated to commence on 1 April 2022 and shall be awarded on an initial (3) year fixed term with optional extension provision for up to four (4) further years agreed in annual increments and a maximum potential contract term of seven (7) years.

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: £6,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The contract is anticipated to commence on 01 April 2022 and shall be awarded on an initial (3) year fixed term with optional extension provision for up to four (4) further years agreed in annual increments and a maximum potential contract term of seven (7) years.

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.2.14) Additional information

The estimated contract value stated is for the maximum potential contract term or 7 years and includes planned, reactive, forecasted and un-forecasted additional project work that may be required throughout the contract period.


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


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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-019775

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 January 2022

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

14 January 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To apply visit - https://in-tendhost.co.uk/westyorkshireca/aspx/HomeProject Reference CA1600The estimated contract value stated is for the maximum potential contract term or 7 years and includes planned, reactive, forecasted and un-forecasted additional project work that may be required throughout the contract period.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

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

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Country

United Kingdom