West Yorkshire Fire & Rescue Service is using Delta eSourcing to run this tender exercise
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
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
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