Notice Information
Notice Title
The Provision of a Planned & Reactive Maintenance Service for Mechanical Services (including ventilation and air conditioning)
Notice Description
Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Mechanical Services, including ventilation and air conditioning systems. The awarded contract includes the provision and management of the following elements: o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules). o Reactive maintenance to its estate's scheduled serviceable assets. o Statutory compliance of all its scheduled serviceable assets. o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa PS20,000. NB: These works are not guaranteed to the Service Provider. o Single Point of Contact and Emergency 24/7 Call Out Facility. Maintenance is defined as: 'the combination of all technical and associated administrative actions intended to retain an item in, or restore to, a state in which it can perform its required function' The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council's sustainable philosophy for building management. The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate. The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific.
Lot Information
Lot 1
Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Mechanical Services, including ventilation and air conditioning systems. The awarded contract includes the provision and management of the following elements: o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules). o Reactive maintenance to its estate's scheduled serviceable assets. o Statutory compliance of all its scheduled serviceable assets. o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa PS20,000. NB: These works are not guaranteed to the Service Provider. o Single Point of Contact and Emergency 24/7 Call Out Facility. Maintenance is defined as: 'the combination of all technical and associated administrative actions intended to retain an item in, or restore to, a state in which it can perform its required function' The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council's sustainable philosophy for building management. The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate. The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific. Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term. The Service Provider must be registered with the appropriate confederation or association related to the respective trades involved. In addition, the supplier must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services. The start date of the awarded contract is 1st April 2024. The term will be for three years with the option for up to 2 further extensions of up to 12 months each. TUPE may apply to this contract. Additional information: The contract value in II.1.7 and V.2.4 is the total modelled cost for the 3 year initial contract period.
Options: Option to extend for a period or consecutive periods of up to 24 months after the initial 3 year term.
Renewal: Option for up to 2 further extensions of up to 12 months each
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-040199
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001886-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
45259300 - Heating-plant repair and maintenance work
50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
50712000 - Repair and maintenance services of mechanical building installations
50720000 - Repair and maintenance services of central heating
50730000 - Repair and maintenance services of cooler groups
Notice Value(s)
- Tender Value
- £8,350,000 £1M-£10M
- Lots Value
- £8,350,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £4,136,680 £1M-£10M
Notice Dates
- Publication Date
- 19 Jan 20242 years ago
- Submission Deadline
- 27 Oct 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 10 Jan 20242 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BUCKINGHAMSHIRE COUNCIL
- Contact Name
- Mrs Ann Spence
- Contact Email
- ann.spence@buckinghamshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- AYLESBURY
- Postcode
- HP20 1UA
- Post Town
- Hemel Hempstead
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ13 Buckinghamshire
- Delivery Location
- TLJ13 Buckinghamshire
-
- Local Authority
- Buckinghamshire
- Electoral Ward
- Aylesbury North
- Westminster Constituency
- Aylesbury
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-040199-2024-01-19T11:25:33Z",
"date": "2024-01-19T11:25:33Z",
"ocid": "ocds-h6vhtk-040199",
"initiationType": "tender",
"tender": {
"id": "DN685615",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "The Provision of a Planned & Reactive Maintenance Service for Mechanical Services (including ventilation and air conditioning)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50712000",
"description": "Repair and maintenance services of mechanical building installations"
},
"mainProcurementCategory": "services",
"description": "Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Mechanical Services, including ventilation and air conditioning systems. The awarded contract includes the provision and management of the following elements: o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules). o Reactive maintenance to its estate's scheduled serviceable assets. o Statutory compliance of all its scheduled serviceable assets. o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa PS20,000. NB: These works are not guaranteed to the Service Provider. o Single Point of Contact and Emergency 24/7 Call Out Facility. Maintenance is defined as: 'the combination of all technical and associated administrative actions intended to retain an item in, or restore to, a state in which it can perform its required function' The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council's sustainable philosophy for building management. The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate. The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific.",
"value": {
"amount": 8350000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Mechanical Services, including ventilation and air conditioning systems. The awarded contract includes the provision and management of the following elements: o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules). o Reactive maintenance to its estate's scheduled serviceable assets. o Statutory compliance of all its scheduled serviceable assets. o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa PS20,000. NB: These works are not guaranteed to the Service Provider. o Single Point of Contact and Emergency 24/7 Call Out Facility. Maintenance is defined as: 'the combination of all technical and associated administrative actions intended to retain an item in, or restore to, a state in which it can perform its required function' The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council's sustainable philosophy for building management. The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate. The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific. Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term. The Service Provider must be registered with the appropriate confederation or association related to the respective trades involved. In addition, the supplier must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services. The start date of the awarded contract is 1st April 2024. The term will be for three years with the option for up to 2 further extensions of up to 12 months each. TUPE may apply to this contract. Additional information: The contract value in II.1.7 and V.2.4 is the total modelled cost for the 3 year initial contract period.",
"value": {
"amount": 8350000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option for up to 2 further extensions of up to 12 months each"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend for a period or consecutive periods of up to 24 months after the initial 3 year term."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45259300",
"description": "Heating-plant repair and maintenance work"
},
{
"scheme": "CPV",
"id": "50510000",
"description": "Repair and maintenance services of pumps, valves, taps and metal containers"
},
{
"scheme": "CPV",
"id": "50720000",
"description": "Repair and maintenance services of central heating"
},
{
"scheme": "CPV",
"id": "50730000",
"description": "Repair and maintenance services of cooler groups"
}
],
"deliveryAddresses": [
{
"region": "UKJ13"
},
{
"region": "UKJ13"
}
],
"deliveryLocation": {
"description": "Buckinghamshire"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.supplybucksbusiness.org.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "All Service Providers must be registered with the appropriate confederation or association related to the respective trades involved. In addition, suppliers must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-10-27T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2023-10-27T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-10-27T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "The Council will incorporate a standstill period at the point when information on the award of the contract is communicated to tenderers. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)"
},
"parties": [
{
"id": "GB-FTS-4238",
"name": "Buckinghamshire Council",
"identifier": {
"legalName": "Buckinghamshire Council"
},
"address": {
"streetAddress": "Walton Street Offices",
"locality": "Aylesbury",
"region": "UKJ13",
"postalCode": "HP20 1UA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mrs Ann Spence",
"email": "ann.spence@buckinghamshire.gov.uk",
"url": "https://www.supplybucksbusiness.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.buckinghamshire.gov.uk/",
"buyerProfile": "https://www.supplybucksbusiness.org.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-10068",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "The Royal Courts of Justice",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-102944",
"name": "Tencer Limited",
"identifier": {
"legalName": "Tencer Limited"
},
"address": {
"streetAddress": "Unit 14 Lincoln Park Business Centre, Lincoln Road, Cressex Industrial Estate,",
"locality": "High Wycombe",
"region": "UKJ13",
"postalCode": "HP12 3RD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-4238",
"name": "Buckinghamshire Council"
},
"language": "en",
"awards": [
{
"id": "001886-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-102944",
"name": "Tencer Limited"
}
]
}
],
"contracts": [
{
"id": "001886-2024-1",
"awardID": "001886-2024-1",
"status": "active",
"value": {
"amount": 4136680,
"currency": "GBP"
},
"dateSigned": "2024-01-10T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 5
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
}
]
}
}