Award

STC1135-Provision of Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Work Services - AWARD

PARLIAMENT UK

This public procurement record has 1 release in its history.

Award

22 Feb 2019 at 10:17

Summary of the contracting process

The procurement process titled "STC1135-Provision of Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Work Services" is managed by Parliament UK, located in Westminster, London. The procurement is currently in the Award stage, having been completed on 7th December 2018, with the contract's duration spanning from 1st January 2019 to 31st December 2026. This initiative falls under the industry category of repair and maintenance services, with an estimated contract value of £48,071,064. The procurement was conducted through a selective method, specifically a restricted procedure, which required applicants to submit offers for all three Lots of work outlined in the tender details.

This tender presents significant opportunities for businesses specialising in mechanical and electrical maintenance, as well as small project works in the building sector. Companies that are capable of delivering a variety of services, including planned maintenance, reactive repair services, and project coordination, would benefit greatly from this contract. Given its extensive requirements, businesses with expertise in Building Management Systems (BMS), refrigeration, lifts, and general contracting are well-suited to compete in this procurement process, potentially enhancing their market presence and establishing a partnership with a key public sector organisation.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

STC1135-Provision of Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Work Services - AWARD

Notice Description

The Employer wishes to contract with a supplier for the provision of Mechanical & Electrical Maintenance and Mechanical, Electrical & Building Small Project Works Services. The required services are likely to include, but are not limited to, the following: 1. To provide a Planned Maintenance service based on a customised online SFG20 schedule as detailed in Appendix A and SI 200 2. To provide additional Specialist Planned Maintenance services, as detailed in Appendices B to E. 3. To provide a site based presence (either during normal and/or evenings see SI 104 below) and as detailed in Appendices C, D & E, as summarised below: 3.1 BMS - Provision of suitably qualified BMS/controls engineers as Appendix C 3.2 Catering & Refrigeration - Provision of suitably qualified engineers as Appendix D 3.3 Lifts - Provision of suitably qualified Lift engineers as Appendix E 3.4 AP - Provision of Authorised persons HV & LV as Appendix H, Chapter 1 and 2 4. To provide the option of a comprehensive cost for repairs (up to ?250 per repair) for the above items detailed in Appendices C, D & E. 5. To provide a reactive repair service as and when required to support the Employer's directly employed craft team see SI 201 6. To provide minor works up to ?50k as detailed in SI204 7. To provide small project works up to ?500k for mechanical and electrical works, and between ?50k to ?500k for building and decorating works as detailed in SI300 8. Supply of Materials used to maintain the affected property, as detailed in Appendix F & SI 400 9. The provision of an Emergency out of hours call out service as detailed in section 5 and within appendices A to E & SI 202 Provision of CDM Principal Designer, Co-Ordinator and Principal Contractor as required in order to comply with the Construction (Design & Management) Regulations 2015 (CDM 2015). The successful Tenderer must be capable of providing, and co-ordinating the input of, all of the above (and any additional related) services necessary for delivery of this contract. Note: 1. The service requirement is divided into 3no Lots. Applicants invited to tender will be required to submit offers for all three Lots. 2. Expressions of interest will be evaluated as a single entity, i.e. evaluation will be carried out on applicant's responses to a single SQ and those with the highest scores carried over to tender stage. 3. The Employer reserves the right to withdraw 1 or more Lots prior to award. 4. Lots 1 and 2 will not be awarded to the same supplier. In the event that the same supplier is assessed as having attained the highest score on both Lots 1 and 2 they will be appointed to Lot 1 only and the second highest scoring supplier for Lot 2 appointed to Lot 2. 5. The drivers which will dictate whether the Employer awards Lot 3 (and withdraws Lots 1 and 2) are supplier resilience and cost.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-56e7af86-9bc0-4f49-b978-272b0be6e12c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/a2b728b9-2533-40eb-81a4-996947bf3f96
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50710000 - Repair and maintenance services of electrical and mechanical building installations

Notice Value(s)

Tender Value
£38,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
£48,071,064 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
22 Feb 20197 years ago
Submission Deadline
19 Mar 2018Expired
Future Notice Date
Not specified
Award Date
7 Dec 20187 years ago
Contract Period
1 Jan 2019 - 31 Dec 2026 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
PARLIAMENT UK
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 0AA
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

IMTECH INVIRON

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-56e7af86-9bc0-4f49-b978-272b0be6e12c-2019-02-22T10:17:19Z",
    "date": "2019-02-22T10:17:19Z",
    "ocid": "ocds-b5fd17-56e7af86-9bc0-4f49-b978-272b0be6e12c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "STC1135 - AWARD",
        "title": "STC1135-Provision of Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Work Services - AWARD",
        "description": "The Employer wishes to contract with a supplier for the provision of Mechanical & Electrical Maintenance and Mechanical, Electrical & Building Small Project Works Services. The required services are likely to include, but are not limited to, the following: 1. To provide a Planned Maintenance service based on a customised online SFG20 schedule as detailed in Appendix A and SI 200 2. To provide additional Specialist Planned Maintenance services, as detailed in Appendices B to E. 3. To provide a site based presence (either during normal and/or evenings see SI 104 below) and as detailed in Appendices C, D & E, as summarised below: 3.1 BMS - Provision of suitably qualified BMS/controls engineers as Appendix C 3.2 Catering & Refrigeration - Provision of suitably qualified engineers as Appendix D 3.3 Lifts - Provision of suitably qualified Lift engineers as Appendix E 3.4 AP - Provision of Authorised persons HV & LV as Appendix H, Chapter 1 and 2 4. To provide the option of a comprehensive cost for repairs (up to ?250 per repair) for the above items detailed in Appendices C, D & E. 5. To provide a reactive repair service as and when required to support the Employer's directly employed craft team see SI 201 6. To provide minor works up to ?50k as detailed in SI204 7. To provide small project works up to ?500k for mechanical and electrical works, and between ?50k to ?500k for building and decorating works as detailed in SI300 8. Supply of Materials used to maintain the affected property, as detailed in Appendix F & SI 400 9. The provision of an Emergency out of hours call out service as detailed in section 5 and within appendices A to E & SI 202 Provision of CDM Principal Designer, Co-Ordinator and Principal Contractor as required in order to comply with the Construction (Design & Management) Regulations 2015 (CDM 2015). The successful Tenderer must be capable of providing, and co-ordinating the input of, all of the above (and any additional related) services necessary for delivery of this contract. Note: 1. The service requirement is divided into 3no Lots. Applicants invited to tender will be required to submit offers for all three Lots. 2. Expressions of interest will be evaluated as a single entity, i.e. evaluation will be carried out on applicant's responses to a single SQ and those with the highest scores carried over to tender stage. 3. The Employer reserves the right to withdraw 1 or more Lots prior to award. 4. Lots 1 and 2 will not be awarded to the same supplier. In the event that the same supplier is assessed as having attained the highest score on both Lots 1 and 2 they will be appointed to Lot 1 only and the second highest scoring supplier for Lot 2 appointed to Lot 2. 5. The drivers which will dictate whether the Employer awards Lot 3 (and withdraws Lots 1 and 2) are supplier resilience and cost.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50710000",
            "description": "Repair and maintenance services of electrical and mechanical building installations"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1A 0AA"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 38000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2018-03-19T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-01-01T00:00:00Z",
            "endDate": "2026-12-31T23:59:59Z"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-31918",
            "name": "Parliament UK",
            "identifier": {
                "legalName": "Parliament UK"
            },
            "address": {
                "streetAddress": "Westminster, London",
                "locality": "London",
                "postalCode": "SW1A 0AA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Parliamentary Procurement & Commercial Service",
                "email": "ppcs@parliament.uk",
                "telephone": "02072191600"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-33558",
            "name": "Imtech Inviron Ltd",
            "identifier": {
                "legalName": "Imtech Inviron Ltd"
            },
            "address": {
                "streetAddress": "Unit 3100 Park Square, Solihull Parkway, Birmingham Business Park, Birmingham, Unspecified, B37 7YN"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-31918",
        "name": "Parliament UK"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-56e7af86-9bc0-4f49-b978-272b0be6e12c-1",
            "status": "active",
            "date": "2018-12-07T00:00:00Z",
            "datePublished": "2019-02-22T10:17:19Z",
            "value": {
                "amount": 48071064,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-33558",
                    "name": "Imtech Inviron Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2019-01-01T00:00:00Z",
                "endDate": "2026-12-31T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/a2b728b9-2533-40eb-81a4-996947bf3f96",
                    "datePublished": "2019-02-22T10:17:19Z",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}