West Yorkshire Fire & Rescue Service: Reactive Repairs Services Facilities Contract

  West Yorkshire Fire & Rescue Service has published this notice through Delta eSourcing

Notice Summary
Title: Reactive Repairs Services Facilities Contract
Notice type: Contract Notice
Authority: West Yorkshire Fire & Rescue Service
Nature of contract: Services
Procedure: Restricted
Short Description: Multi Skilled Building Related repairs and maintenance, re-active services
Published: 13/02/2020 11:50

View Full Notice

UK-Bradford: Repair and maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             West Yorkshire Fire & Rescue Service
             Oakroyd Hall, Bradford Road, Bradford, BD11 2DY, United Kingdom
             Tel. +44 1274655772, Email: simon.mccartney@westyorksfire.gov.uk
             Contact: Simon McCartney
             Main Address: www.westyorksfire.gov.uk, Address of the buyer profile: www.westyorksfire.gov.uk
             NUTS Code: UKE4
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Bradford:-Repair-and-maintenance-services./FH9D5UJDJ4
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www,delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Other type:: West Yorkshire Fire & Rescue Authority
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Reactive Repairs Services Facilities Contract       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50000000 - Repair and maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Multi Skilled Building Related repairs and maintenance, re-active services       
      II.1.5) Estimated total value:
      Value excluding VAT: 800,000       
      Currency: 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: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Reactive Repairs - Kirklees & Headquarters site       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKE4 West Yorkshire
      
      II.2.4) Description of procurement: To provide a multi-skilled responsive service with regards to re-active repair services at sites across West Yorkshire, ensuring the Authority is compliant with all applicable legal and environmental responsibilities.
      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: 800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: If satisfactory performance is carried out, a further one year award may be made
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The access code to Lot no. 1 - Kirklees and HQ Site is FH9D5UJDJ4       
II.2) Description Lot No. 2
      
      II.2.1) Title: Reactive Repairs - Leeds and Wakefield       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKE4 West Yorkshire
      
      II.2.4) Description of procurement: To provide a multi-skilled responsive service with regards to re-active repair services at sites across West Yorkshire, ensuring the Authority is compliant with all applicable legal and environmental responsibilities.
      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: 800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: if a satisfactory performance is carried out, a further one year award may be made
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Please note the access code for Lot 2 - Leeds and Wakefield District is 8C5YQMHZC4       
II.2) Description Lot No. 3
      
      II.2.1) Title: Reactive Repairs - Bradford and Calderdale area       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKE4 West Yorkshire
      
      II.2.4) Description of procurement: To provide a multi-skilled responsive service with regards to re-active repair services at sites across West Yorkshire, ensuring the Authority is compliant with all applicable legal and environmental responsibilities.
      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: 800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: If a satisfactory performance is carried out, a further one year award by be made
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Please code the access code for Lot 3 - Bradford and Calderdale District is - RDHQF95645       


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:          
      Appropriate general building repairs and maintenance capabilities. Registered with a Safety Scheme in Procurement (SSIP) Member Scheme.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 20/03/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 30/03/2020       
      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: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=472741715
   VI.4) Procedures for review
   VI.4.1) Review body:
             West Yorkshire Fire & Rescue Service
       Oakroyd Hall, Bradford Road, Birkenshaw, Bradford, BD11 2DY, United Kingdom
       Tel. +44 1274655871, Fax. +44 1274680148, Email: noel.rodriguez@westyorksfire.gov.uk
       Internet address: http://www.westyorksfire.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 13/02/2020

Annex A


View any Notice Addenda


Reactive Repairs Services Facilities Contract

UK-Bradford: Repair and maintenance services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       West Yorkshire Fire & Rescue Service
       Oakroyd Hall, Bradford Road, Bradford, BD11 2DY, United Kingdom
       Tel. +44 1274655772, Email: simon.mccartney@westyorksfire.gov.uk
       Contact: Simon McCartney
       Main Address: http://www.westyorksfire.gov.uk, Address of the buyer profile: http://www.westyorksfire.gov.uk
       NUTS Code: UKE4

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Reactive Repairs Services Facilities Contract      Reference number: Not Provided      
   II.1.2) Main CPV code:
      50000000 - Repair and maintenance services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Multi Skilled Building Related repairs and maintenance, re-active services

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 24/08/2020

VI.6) Original notice reference:

   Notice Reference:    2020 - 237146   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 21/08/2020

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Publication on TED not compliant with original information provided by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.1.7          
         Lot No: Not provided          
         Place of text to be modified: Total value of the procurement (excluding VAT) Value          
         Instead of: £245,048.54          
         Read: £980,194.16
                                    
   
VII.2) Other additional information: Annual contract cost quoted instead of the total contract cost.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=519348623


View Award Notice

UK-Bradford: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       West Yorkshire Fire & Rescue Service
       Oakroyd Hall, Bradford Road, Bradford, BD11 2DY, United Kingdom
       Tel. +44 1274655772, Email: simon.mccartney@westyorksfire.gov.uk
       Contact: Simon McCartney
       Main Address: http://www.westyorksfire.gov.uk, Address of the buyer profile: http://www.westyorksfire.gov.uk
       NUTS Code: UKE4

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Other type:: West Yorkshire Fire & Rescue Authority

   I.5) Main activity:
      Other activity: Emergency Service

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Reactive Repairs Services Facilities Contract            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Multi Skilled Building Related repairs and maintenance, re-active services

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 245,048.54
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Reactive Repairs - Kirklees & Headquarters site   
      Lot No:1

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKE4 - West Yorkshire
   
      Main site or place of performance:
      West Yorkshire
             

      II.2.4) Description of the procurement: To provide a multi-skilled responsive service with regards to re-active repair services at sites across West Yorkshire, ensuring the Authority is compliant with all applicable legal and environmental responsibilities.

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: The access code to Lot no. 1 - Kirklees and HQ Site is FH9D5UJDJ4

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Reactive Repairs - Leeds and Wakefield   
      Lot No:2

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKE4 - West Yorkshire
   
      Main site or place of performance:
      West Yorkshire
             

      II.2.4) Description of the procurement: To provide a multi-skilled responsive service with regards to re-active repair services at sites across West Yorkshire, ensuring the Authority is compliant with all applicable legal and environmental responsibilities.

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: Please note the access code for Lot 2 - Leeds and Wakefield District is 8C5YQMHZC4

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Reactive Repairs - Bradford and Calderdale area   
      Lot No:3

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKE4 - West Yorkshire
   
      Main site or place of performance:
      West Yorkshire
             

      II.2.4) Description of the procurement: To provide a multi-skilled responsive service with regards to re-active repair services at sites across West Yorkshire, ensuring the Authority is compliant with all applicable legal and environmental responsibilities.

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: Please code the access code for Lot 3 - Bradford and Calderdale District is - RDHQF95645


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 33-78687
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 472737997    
   Lot Number: 1    
   Title: Reactive Repairs Lot 1 ( Kirklees & HQ)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/07/2020

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Aspect Building Solutions Ltd, 06382267
             7a Building Solutions Ltd, Asquith Avenue, Morley, Leeds, LS27 7RZ, United Kingdom
             Tel. +44 1138160007, Email: info@aspect-building.co.uk
             NUTS Code: UKE42
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 336,699.96
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 472737997a    
   Lot Number: 2    
   Title: Reactive Repairs Lot 2 (Leeds and Wakefield)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/07/2020

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Mears Ltd, 02519234
             1390 Montpellier Court, Gloucester Business Park, Brockworth, Gloucester, GL3 4AH, United Kingdom
             Tel. +44 8706071400, Email: bid.admin@mearsgroup.co.uk
             Internet address: http://www.mearsgroup.co.uk
             NUTS Code: UKE4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 334,209.2
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: 472737997b    
   Lot Number: 3    
   Title: Reactive Repairs - Lot 3 (Bradford & Calderdale)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/07/2020

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 9 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             John Rodriguez Plastering Ltd, 06139487
             17 Parkland Crescent, Meanwood, Leeds, LS6 4PR, United Kingdom
             Tel. +44 1132284943, Email: johm@roddyplastering.co.uk
             NUTS Code: UKE4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 30,928.5
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=509914959

   VI.4) Procedures for review

      VI.4.1) Review body
          West Yorkshire Fire & Rescue Service
          Oakroyd Hall, Bradford Road, Birkenshaw, Bradford, BD11 2DY, United Kingdom
          Tel. +44 1274655871, Fax. +44 1274680148, Email: noel.rodriguez@westyorksfire.gov.uk
          Internet address: http://www.westyorksfire.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 17/08/2020