Contract notice

Information

Published

Date of dispatch of this notice: 29/11/2017

Expire date: 15/01/2018

External Reference: 2017-616434

TED Reference: 2017/S 230-479754

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

West Midlands Fire and Rescue Authority
VAT No. 281 2856 47
99 Vauxhall Road, Nechells
Birmingham
B7 4HW
UK
Contact person: Tina Daniels
Telephone: +44 1213806177
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
Main address: http://www.wmfs.net

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=22455&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local agency/office
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Planned Preventative Maintenance and Emergency Repair of Appliance Bay Doors, Roller Shutter Doors, Vehicular Barriers and Gates for West Midlands Fire & Rescue Authority
Reference number:  C002472
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

West Midlands Fire and Rescue Authority is seeking a company to supply electrical and mechanical services, expertise and parts as required to provide an effective planned preventative maintenance programme of all appliance bay doors, roller shutters, gates and barriers for 41 West Midlands Fire Service sites across the West Midlands Area broken into three lots:
Lot 1 - Black Country
Lot 2 - Birmingham
Lot 3 - Coventry & Solihull
Companies wishing to tender may bid for any combination or all lots.
The award of the contract is expected to be mid-February 2018 with a contract start date of 1st May 2018. The contract shall be for two years with an option to extend for two further years.
For full details (see schedule 2 - specification)
II.1.5)

Estimated total value

Value excluding VAT: 220000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Tenderers are invited to bid for all or any of the available lots – It is the preference of the Authority that all the above Lots will be awarded to a single Tenderer. However, should it be more economically advantageous to do so, the Authority may award separate contracts for each Lot or a combination of Lots to separate Tenderers
II.2)

Description

II.2.1)

Title

Lot 1 - Black Country
Lot No:  1
II.2.2)

Additional CPV code(s)

44115310  -  Roller-type shutters
44221300  -  Gates
50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Black Country Area, West Midlands
II.2.4)

Description of the procurement

The contract is for the supply of electrical and mechanical services, expertise and parts as required to provide an effective planned preventative maintenance programme and emergency repairs of all appliance bay doors, roller shutters, gates and barriers for the West Midlands Fire and Rescue Authority across the West Midlands broken into three lots, this lot - Lot 1 Black Country Area Sites (see appendix 1 of documentation)
Aldridge Fire Station
Bilston Fire Station
Bloxwich Fire Station
Fallings Park Fire Station
Tettenhall Fire Station
Walsall Fire Station
Willenhall Fire Station
Wolverhampton Fire Station
Brierley Hill Fire Station
Dudley Fire Station
Haden Cross Fire Station
Oldbury Fire Station
Smethwick Fire Station
Stourbridge Fire Station
Tipton Fire Station
Technical Rescue Station (Wednesbury)
Command Development Centre -Potterton Way
Smethwick
Companies wishing to tender may bid for any combination or all lots. See further info in this notice for lots 2 and 3
This Programme will include four annual inspection/maintenance visits (February/May/August/November) together with the provision of a 365, 24 hours per day, 7 days per week emergency callout service to cover plant or service breakdown. The successful contractor must ensure that he can adequately cover the West Midlands area and that call outs can be dealt with within 2 hours of receipt of a P1 (Priority 1) call for emergency repairs.
The company must be experienced in this field and able to demonstrate its professional and technical competence in providing a regular service.
Companies wishing to tender for this contract must have or be willing to obtain £5m public liability and employer’s liability cover and a minimum turnover of £440,000 per annum (for all 3 lots) or separately turnover for lot 1 would be £150,000, lot 2, £170,000 and lot 3, £120,000. In addition they should ideally be members of the Door Hardware Federation, or equivalent or be willing to obtain similar accreditation if successful. Full details can be found at Schedule 2 of the documentation.
The award of the contract is expected to be mid-February 2018 with a contract start date of 1st May 2018. The contract shall be for two years with an option to extend for two further years.
For full details (see specification at Schedule 2)
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 75000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Authority is proposing to enter into a contract for a maximum period of 4 years, made up of an initial period of 2 years plus an option to extend by 2 years which can be taken in 12 month increments with the successful Tenderer.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2 - Birmingham
Lot No:  2
II.2.2)

Additional CPV code(s)

44115310  -  Roller-type shutters
44221300  -  Gates
50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Birmingham Area West Midlands
II.2.4)

Description of the procurement

The contract is for the supply of electrical and mechanical services, expertise and parts as required to provide an effective planned preventative maintenance programme and emergency repairs of all appliance bay doors, roller shutters, gates and barriers for the West Midlands Fire and Rescue Authority across the West Midlands broken into three lots, this lot - Lot 2 .Birmingham Area Sites (see appendix 1)
Aston Fire Station
Erdington Fire Station
Handsworth Fire Station
Ladywood Fire Station
Perry Barr Fire Station
Sutton Coldfield Fire Station
Ward End Fire Station
WMFS H.Q. (Vauxhall Rd)
Billesley Fire Station
Bournbrook Fire Station
Highgate Fire Station
Hay Mills Fire Station
Kings Norton Fire Station
Northfield Fire Station
Sheldon Fire Station
Woodgate Valley Fire Station
T.E.W. (Workshops Perry Barr)
This Programme will include four annual inspection/maintenance visits (February/May/August/November) together with the provision of a 365, 24 hours per day, 7 days per week emergency callout service to cover plant or service breakdown. The successful contractor must ensure that he can adequately cover the West Midlands area and that call outs can be dealt with within 2 hours of receipt of a P1 (Priority 1) call for emergency repairs.
The company must be experienced in this field and able to demonstrate its professional and technical competence in providing a regular service.
Companies wishing to tender for this contract must have or be willing to obtain £5m public liability and employer’s liability cover and a minimum turnover of £440,000 per annum (for all 3 lots) or separately turnover for lot 1 would be £150,000, lot 2, £170,000 and lot 3, £120,000. In addition they should ideally be members of the Door Hardware Federation, or equivalent or be willing to obtain similar accreditation if successful. Full details can be found at Schedule 2 of the documentation.
The award of the contract is expected to be mid-February 2018 with a contract start date of 1st May 2018. The contract shall be for two years with an option to extend for two further years.
For full details (see specification at Schedule 2)
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 85000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Authority is proposing to enter into a contract for a maximum period of 4 years, made up of an initial period of 2 years plus an option to extend by 2 years which can be taken in 12 month increments with the successful Tenderer.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 3 - Coventry & Solihull
Lot No:  3
II.2.2)

Additional CPV code(s)

44115310  -  Roller-type shutters
44221300  -  Gates
50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Coventry and Solihull
II.2.4)

Description of the procurement

The contract is for the supply of electrical and mechanical services, expertise and parts as required to provide an effective planned preventative maintenance programme and emergency repairs of all appliance bay doors, roller shutters, gates and barriers for the West Midlands Fire and Rescue Authority across the West Midlands broken into three lots, this lot - Lot 3 - Coventry & Solihull Area Sites (see appendix 1)
Technical Rescue Station (Bickenhill Station)
Binley Fire Station
Coventry Fire Station (temporary location)
Canley Fire Station
Foleshill Fire Station
Solihull Fire Station
This Programme will include four annual inspection/maintenance visits (February/May/August/November) together with the provision of a 365, 24 hours per day, 7 days per week emergency callout service to cover plant or service breakdown. The successful contractor must ensure that he can adequately cover the West Midlands area and that call outs can be dealt with within 2 hours of receipt of a P1 (Priority 1) call for emergency repairs.
The company must be experienced in this field and able to demonstrate its professional and technical competence in providing a regular service.
Companies wishing to tender for this contract must have or be willing to obtain £5m public liability and employer’s liability cover and a minimum turnover of £440,000 per annum (for all 3 lots) or separately turnover for lot 1 would be £150,000, lot 2, £170,000 and lot 3, £120,000. In addition they should ideally be members of the Door Hardware Federation, or equivalent or be willing to obtain similar accreditation if successful. Full details can be found at Schedule 2 of the documentation.
The award of the contract is expected to be mid-February 2018 with a contract start date of 1st May 2018. The contract shall be for two years with an option to extend for two further years.
For full details (see specification at Schedule 2)
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 60000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Authority is proposing to enter into a contract for a maximum period of 4 years, made up of an initial period of 2 years plus an option to extend by 2 years which can be taken in 12 month increments with the successful Tenderer.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Refer to Invitation to Tender, document schedules and appendices
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Refer to Invitation to Tender, document schedules and appendices
Minimum level(s) of standards possibly required:  
Refer to Invitation to Tender, document schedules and appendices
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Refer to Invitation to Tender, document schedules and appendices
Minimum level(s) of standards possibly required:  
Refer to Invitation to Tender, document schedules and appendices
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Refer to Invitation to Tender, document schedules and appendices

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  15/01/2018
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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)
IV.2.7)

Conditions for opening of tenders

Date:  15/01/2018
Local time:  15:00
Place:  
Fire Service Headquarters
Information about authorised persons and opening procedure:  
Authorised persons of the Authority

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
48 months
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Head of Corporate Procurement
Fire Service HQ, 99 Vauxhall Road
Birmingham
B7 4HW
UK
Telephone: +44 1213806177