Contract notice

Information

Published

Expire date: 30/05/2022

External Reference: 2022-597446

FTS Reference: 2022-010238

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

West Yorkshire Combined Authority
8876556
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
UK
Contact person: Darren Wood
Telephone: +44 1133481789
NUTS code:  UKE4 -  West Yorkshire
Internet address(es):
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=45599&B=UK
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 authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Maintenance, Repair, Replacement & Installation of Mechanical, Electrical & Associated Building Services
Reference number:  CA51855
II.1.2)

Main CPV code

50700000  -  Repair and maintenance services of building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

West Yorkshire Combined Authority (the CA) is seeking tenders for the provision of Maintenance, Repair, Replacement & Installation of Mechanical, Electrical & Associated Building Services. The successful tenderer will provide a Planned, Reactive, Replacement and Installation service relating to mechanical/electrical services across a range of the CAs portfolio of properties located in the five districts of West Yorkshire.
The Contract will be for an initial two (2) year term with three (3) 12-month optional extensions to be applied annually up to a maximum of three (3) years (maximum contract term of 5 years).
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

79993000  -  Building and facilities management services
II.2.3)

Place of performance

NUTS code:  UKE4 -  West Yorkshire
Main site or place of performance:  
LS1 2DE
II.2.4)

Description of the procurement

Services 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 and Escalators. 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 services/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 CA 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.
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: 2000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The contract is anticipated to commence on 1 October 2022 and shall be awarded on an initial (2) year fixed term with optional extension provision for up to three (3) further years agreed in annual increments and a maximum potential contract term of five (5) years.
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.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

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:  30/05/2022
Local time:  12:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  30/05/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2027
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The estimated contract value stated is for the maximum potential contract term of 5 years and includes all planned, reactive, forecasted and un-forecasted additional project work that may be required throughout the contract period - tenderers should note that not all required elements will be provided for in the pricing schedule contained within this tender.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
London
UK

VI.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
UK