Tender

Reactive Maintenance and 24hr emergency call out service to Council Assets

ST.HELENS COUNCIL

This public procurement record has 1 release in its history.

Planning

06 Apr 2022 at 15:37

Summary of the contracting process

St. Helens Council is seeking bids for a contract titled "Reactive Maintenance and 24hr Emergency Call Out Service to Council Assets". This procurement falls under the construction work industry category and is classified as works. The tender process is currently in the planning phase, with submissions due by 10 May 2022. The contract, which will be awarded as a single lot, has an initial duration of three years, with the potential for two one-year extensions. The service will encompass reactive maintenance and provide the opportunity for contractors to quote for planned works projects up to £10,000 in value.

This tender presents a significant opportunity for growth for businesses specialising in reactive maintenance and emergency services. Companies that can demonstrate experience in providing 24-hour on-call services to similar organisations will be well-suited to compete. The nature of this contract, which may involve unpredictable volumes of work depending on client budgets and maintenance needs, necessitates a flexible and responsive approach. With an approximate previous contract value of £400,000, businesses that are capable of delivering a value-for-money service, while adhering to the quality requirements, stand to benefit from sustained engagement with the Council and potentially with participating schools and commercial assets.

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

Reactive Maintenance and 24hr emergency call out service to Council Assets

Notice Description

The service is for the provision of a reactive maintenance and 24hr emergency call out service to Council Assets. The appointed contractor will also be offered the opportunity to quote competitively for planned works projects, up to PS10,000 in value, via a Schedule of Rates. Bidders should already be providing 24hr on call services to other, similar sized, organisations

Lot Information

Lot 1

The service is for the provision of a reactive maintenance and 24hr emergency call out service to Council Assets. The appointed contractor will also be offered the opportunity to quote competitively for planned works projects, up to PS10,000 in value, via a Schedule of Rates. The responsive nature of this service means that the value of work cannot be guaranteed in total value for any single year nor can the resourcing requirements or works value be guaranteed on a week by week basis. The value will be dependent upon available client budgets within the cycle of a financial year and general day to day maintenance requirements. In the previous year the value of works was approximately PS400,000.00 The Council will also include, within this contract, those schools that opt into their 'buyback' services and is also considering the possibility of including some reactive maintenance requirements of the Church Square shopping Centre and other Commercial / Retail assets . The financial value and requirements of these additional facilities are, at this stage, undefined as they will be on an 'opt in' scenario. The initial contract will be for a period of 3 years with 2 additional 1 year extensions available and will be awarded as a single Lot. Selection/Award Criteria Bidders should already be providing 24hr on call services to other, similar sized, organisations. The service will be procured on a price / quality basis. The pricing element will be based on cost plus arrangement with rates established for a range of individual specified trades and activities, not otherwise provided by framework contracts, the key principle being to demonstrate that the successful team is delivering a value for money service for the Council and its customers. The selection process will include an interview.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-032af4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009305-2022
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services


CPV Codes

45000000 - Construction work

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Apr 20223 years ago
Submission Deadline
10 May 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
ST.HELENS COUNCIL
Contact Name
Mr Jim Rooney
Contact Email
jimrooney@sthelens.gov.uk
Contact Phone
+44 1744673312

Buyer Location

Locality
ST HELENS
Postcode
WA10 1HF
Post Town
Warrington
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD71 East Merseyside
Delivery Location
TLD North West (England)

Local Authority
St. Helens
Electoral Ward
St Helens Town Centre
Westminster Constituency
St Helens South and Whiston

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-h6vhtk-032af4-2022-04-06T16:37:34+01:00",
    "date": "2022-04-06T16:37:34+01:00",
    "ocid": "ocds-h6vhtk-032af4",
    "initiationType": "tender",
    "tender": {
        "id": "DN606268",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Reactive Maintenance and 24hr emergency call out service to Council Assets",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The service is for the provision of a reactive maintenance and 24hr emergency call out service to Council Assets. The appointed contractor will also be offered the opportunity to quote competitively for planned works projects, up to PS10,000 in value, via a Schedule of Rates. Bidders should already be providing 24hr on call services to other, similar sized, organisations",
        "lots": [
            {
                "id": "1",
                "description": "The service is for the provision of a reactive maintenance and 24hr emergency call out service to Council Assets. The appointed contractor will also be offered the opportunity to quote competitively for planned works projects, up to PS10,000 in value, via a Schedule of Rates. The responsive nature of this service means that the value of work cannot be guaranteed in total value for any single year nor can the resourcing requirements or works value be guaranteed on a week by week basis. The value will be dependent upon available client budgets within the cycle of a financial year and general day to day maintenance requirements. In the previous year the value of works was approximately PS400,000.00 The Council will also include, within this contract, those schools that opt into their 'buyback' services and is also considering the possibility of including some reactive maintenance requirements of the Church Square shopping Centre and other Commercial / Retail assets . The financial value and requirements of these additional facilities are, at this stage, undefined as they will be on an 'opt in' scenario. The initial contract will be for a period of 3 years with 2 additional 1 year extensions available and will be awarded as a single Lot. Selection/Award Criteria Bidders should already be providing 24hr on call services to other, similar sized, organisations. The service will be procured on a price / quality basis. The pricing element will be based on cost plus arrangement with rates established for a range of individual specified trades and activities, not otherwise provided by framework contracts, the key principle being to demonstrate that the successful team is delivering a value for money service for the Council and its customers. The selection process will include an interview.",
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2022-05-10T17:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        }
    },
    "parties": [
        {
            "id": "GB-FTS-43194",
            "name": "St.Helens Council",
            "identifier": {
                "legalName": "St.Helens Council"
            },
            "address": {
                "streetAddress": "Wesley House, Corporation Street",
                "locality": "St Helens",
                "region": "UKD",
                "postalCode": "WA10 1HF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Jim Rooney",
                "telephone": "+44 1744673312",
                "email": "jimrooney@sthelens.gov.uk",
                "url": "https://procontract.due-north.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.sthelens.gov.uk",
                "buyerProfile": "http://www.sthelens.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4777",
            "name": "St Helens Council",
            "identifier": {
                "legalName": "St Helens Council"
            },
            "address": {
                "locality": "St Helens",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-43194",
        "name": "St.Helens Council"
    },
    "language": "en"
}