Repair and maintenance services (№16229404)

20 aug

Number: 16229404

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


20-08-2019

Description


  1. Section I
    1. Name and addresses
      Leicestershire County Council
      County Hall, Glenfield
      Leicester
      LE3 8RA
      United Kingdom
      E-mail: [email protected]
    2. Type of the contracting authority:
      Regional or local authority
    3. Main activity:
      General public services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Reactive Maintenance Framework: Mechanical 2019

        Reference number: DN396215
      2. Main CPV code:
        50000000, 45332200, 71314310, 45332200, 71314310, 45332200, 71314310
      3. Type of contract:
        Services
      4. Short description:

        The scope of the reactive maintenance framework: mechanical 2019 (the framework) is reactive maintenance and associated work (e.g. call out to attend total loss of heating in building) to the client’s own properties and to properties of customers. The customer work is to generate income for the client so that it may subsidise its public service commitments.

        The client intends to appoint up to 4 (four) suppliers to each lot of the framework.

      5. Information about lots:
        This contract is divided into lots: yes
      6. Total value of the procurement:
        Value excluding VAT: 10 000 000.00 GBP
    2. Description
      1. Title:

        Leicestershire

      2. Additional CPV code(s):
        45332200, 71314310
      3. Place of performance:
      4. Description of the procurement:

        The client proposes to make this framework available to eligible contracting authorities and charities within the geographic regions of: Leicestershire (Lot 1 — Leicestershire).

        The framework is intended to be used by the client or eligible contracting authorities (the customers) that it grants access. The customers can include but are not limited to schools, academies, universities, district councils, county Councils, city councils, libraries, police forces, fire brigades and charities or similar organisations.

        It is not possible to ascertain the precise value which may be generated via the client and customers. However, based on the financial year 17/18 the client’s spend was 700 000 GBP. The value may increase as a result of the following:

        (a) the client increasing its own client/property portfolio;

        (b) budgets made available to the client;

        (c) successful joint bidding defined in 2.4;

        (d) where new customer’s call-off from the framework;

        (e) the client experiences consecutive failures across several sites resulting in a higher volume of call outs.

        It is anticipated that the majority of work orders for the client will be in the range of 0 GBP to 5 000 GBP.

      5. Award criteria:
        Quality criterion - Name: Technical / Weighting: 55
        Quality criterion - Name: Social value / Weighting: 5
        Price - Weighting: 40
      6. Information about options:
        Options: yesDescription of options:

        The anticipated framework commencement date is 9.8.2019 for an initial period of 24 months, with an option to extend for a further period of 24 months, in 12 months increments, subject to performance. This will take the maximum framework period to 48 months, ending no later than 8.8.2023.

      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:

        To award the work order the client can chose between:

        (a) direct call-off;

        (b) mini-competition.

        The client reserves the right not to award a work order if it feels the price does not represent value for money.

      9. Title:

        The East Midlands

      10. Additional CPV code(s):
        45332200, 71314310
      11. Place of performance:
      12. Description of the procurement:

        The client proposes to make this framework available to eligible contracting authorities and charities within the geographic regions of: Derbyshire, Northamptonshire, Nottinghamshire and Rutland (Lot 2 — The East Midlands).

        The framework is intended to be used by the client or eligible contracting authorities (the customers) that it grants access. The customers can include but are not limited to schools, academies, universities, district councils, county Councils, city councils, libraries, police forces, fire brigades and charities or similar organisations.

        It is not possible to ascertain the precise value which may be generated via the client and customers. However, based on the financial year 17/18, Leicestershire County Council"s spend was 700 000 GBP. The value may increase as a result of the following:

        (a) the client increasing its own client/property portfolio;

        (b) budgets made available to the client;

        (c) successful joint bidding defined in 2.4;

        (d) where new customer’s call-off from the framework;

        (e) the client experiences consecutive failures across several sites resulting in a higher volume of call outs.

        It is anticipated that the majority of work orders for the client will be in the range of 0 GBP to 5 000 GBP.

      13. Award criteria:
        Quality criterion - Name: Technical / Weighting: 55
        Quality criterion - Name: Social value / Weighting: 5
        Price - Weighting: 40
      14. Information about options:
        Options: yesDescription of options:

        The anticipated framework commencement date is 9.8.2019 for an initial period of 24 months, with an option to extend for a further period of 24 months, in 12 months increments, subject to performance. This will take the maximum framework period to 48 months, ending no later than 8.8.2023.

      15. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      16. Additional information:

        To award the work order the client can chose between:

        (a) direct call-off;

        (b) mini-competition.

        The client reserves the right not to award a work order if it feels the price does not represent value for money.

      17. Title:

        The West Midlands

      18. Additional CPV code(s):
        45332200, 71314310
      19. Place of performance:
      20. Description of the procurement:

        The client proposes to make this framework available to eligible contracting authorities and charities within the geographic regions of: Staffordshire, Warwickshire and West Midlands (Lot 3 — The West Midlands).

        The framework is intended to be used by the client or eligible contracting authorities (the customers) that it grants access. The customers can include but are not limited to schools, academies, universities, district Councils, county Councils, city councils, libraries, police forces, fire brigades and charities or similar organisations.

        It is not possible to ascertain the precise value which may be generated via the client and customers. However, based on the financial Year 17/18, Leicestershire County Council"s spend was 700 000 GBP. The value may increase as a result of the following:

        (a) the client increasing its own client/property portfolio;

        (b) budgets made available to the client;

        (c) successful joint bidding defined in 2.4;

        (d) where new customer’s call-off from the framework;

        (e) the client experiences consecutive failures across several sites resulting in a higher volume of call outs.

        It is anticipated that the majority of work orders for the client will be in the range of 0 GBP to 5 000 GBP.

      21. Award criteria:
        Quality criterion - Name: Technical / Weighting: 55
        Quality criterion - Name: Social Value / Weighting: 5
        Price - Weighting: 40
      22. Information about options:
        Options: yesDescription of options:

        The anticipated framework commencement date is 9.8.2019 for an initial period of 24 months, with an option to extend for a further period of 24 months, in 12 months increments, subject to performance. This will take the maximum framework period to 48 months, ending no later than 8.8.2023.

      23. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      24. Additional information:

        To award the work order the client can chose between:

        (a) direct call-off;

        (b) mini-competition.

        The client reserves the right not to award a work order if it feels the price does not represent value for money.

  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
        The procurement involves the establishment of a framework agreement
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2019/S 049-112598
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: DN396215
      Lot No: 1
    2. Award of contract
      1. Date of conclusion of the contract: 2019-08-08
      2. Information about tenders:
        Number of tenders received: 12
        Number of tenders received from SMEs: 12
        Number of tenders received from tenderers from other EU Member States: 0
        Number of tenders received from tenderers from non-EU Member States: 0
        Number of tenders received by electronic means: 12
        The contract has been awarded to a group of economic operators: yes
      3. Name and address of the contractor:
        Ashwell Maintenance Ltd
        2682210
        Unit Q Linwood Centre, Linwood Lane
        Leicester
        LE2 6QJ
        United Kingdom
        The contractor is an SME: yes
      4. Information on value of the contract/lot (excluding VAT):
        Initial estimated total value of the contract/lot: 10 000 000.00 GBP
        Total value of the contract/lot: 10 000 000.00 GBP
      5. Information about subcontracting:

        Contract No: DN396215
        Lot No: 2
      6. Award of contract
        1. Date of conclusion of the contract: 2019-08-08
        2. Information about tenders:
          Number of tenders received: 9
          Number of tenders received from SMEs: 9
          Number of tenders received from tenderers from other EU Member States: 0
          Number of tenders received from tenderers from non-EU Member States: 0
          Number of tenders received by electronic means: 9
          The contract has been awarded to a group of economic operators: no
        3. Name and address of the contractor:
          Ashwell Maintenance Ltd
          2682210
          Unit Q Linwood Centre, Linwood Lane
          Leicester
          LE2 6QJ
          United Kingdom
          The contractor is an SME: yes
        4. Information on value of the contract/lot (excluding VAT):

          Total value of the contract/lot: 3 600 000.00 GBP
        5. Information about subcontracting:

          Contract No: DN396215
          Lot No: 3
        6. Award of contract
          1. Date of conclusion of the contract: 2019-08-08
          2. Information about tenders:
            Number of tenders received: 9
            Number of tenders received from SMEs: 9
            Number of tenders received from tenderers from other EU Member States: 0
            Number of tenders received from tenderers from non-EU Member States: 0
            Number of tenders received by electronic means: 0
            The contract has been awarded to a group of economic operators: no
          3. Name and address of the contractor:
            Ashwell Maintenance Ltd
            2682210
            Unit Q Linwood Centre, Linwood Lane
            Leicester
            LE2 6QJ
            United Kingdom
            The contractor is an SME: yes
          4. Information on value of the contract/lot (excluding VAT):

            Total value of the contract/lot: 3 600 000.00 GBP
          5. Information about subcontracting:

      7. Section VI
        1. Additional information

          To award the work order the client can chose between:

          (a) direct call-off;

          (b) mini-competition.

          The client reserves the right not to award a work order if it feels the price does not represent value for money.

        2. Procedures for review
          1. Review body
            High Court of Justice
            The Strand
            London
            WC2A 2LL
            United Kingdom
          2. Body responsible for mediation procedures

          3. Service from which information about the review procedure may be obtained

            Leicestershire County Council (LCC) will incorporate a minimum 10 calendar days standstill period at the point of information on the award of the contract, as communicated to tenderers. Applicants who are unsuccessful shall be informed by LCC as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the courts to set aside the award decision before the contract is entered into.


        3. Date of dispatch of this notice
          2019-08-15