Award

FM2511 Direct Award Mechanical & Electrical - Planned and Reactive Maintenance

WILTSHIRE COUNCIL

This public procurement record has 1 release in its history.

Award

30 Mar 2026 at 10:54

Summary of the contracting process

Wiltshire Council, located in Trowbridge, United Kingdom, has awarded a contract for Mechanical & Electrical services under FM2511 Direct Award. This arrangement includes reactive repairs, Planned Preventative Maintenance (PPM), and small works for the Council's general fund assets. The direct award was made to Wessex Electrical Services Ltd due to emergency circumstances that necessitated a swift interim solution to maintain statutory compliance and ensure operational safety and stability. The procurement method bypassed typical competitive procedures to avoid delays, aligning with the extreme and unavoidable urgency provisions under the Procurement Act 2023. The contract period starts on 25 May 2026 and ends on 30 September 2027, covering operations within the UK and adhering to the legal basis outlined in UK legislation.

This procurement creates valuable opportunities for SMEs, especially those specialising in mechanical and electrical services, to engage with public sector work and expand their portfolio. Wessex Electrical Services Ltd, already familiar with the Council's operations and assets, provides continuity and maintains high standards of service delivery, proving advantageous for SMEs with similar capabilities and experience in statutory compliance and building safety. As part of this contract, businesses can gain insights and establish long-term strategic relationships with sub-central government entities, fostering growth and enhancing sector credibility. This scenario presents substantial potential for businesses aiming to elevate their expertise in service delivery for public sector clients.

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

Notice Title

FM2511 Direct Award Mechanical & Electrical - Planned and Reactive Maintenance

Notice Description

This contract covers reactive repairs, Planned Preventative Maintenance (PPM) and small works during the contract period. This direct award seeks the appointment of a main provider to cover mechanical and electrical services activities across the Council's general fund Assets

Procurement Information

The need for a direct award arises from genuinely unforeseeable and urgent circumstances that fall outside the Council's control. The situation has not been caused by any deficiency in the Council's planning, contract management, or procurement activity, and therefore meets the statutory conditions for use of the extreme and unavoidable urgency provisions under Paragraph 13 of Schedule 5, of the Procurement Act 2023. The Council is required to bring the current Mechanical & Electrical (M&E) contract which covers all planned and reactive maintenance for the Council's key assets, to an early conclusion. The M&E contract underpins essential statutory compliance, building safety, and the continued operation of critical systems across the Council's estate. The early termination of the contract creates an immediate and unavoidable need to secure alternative provision to prevent service interruption, maintain legal compliance, and protect health and safety. Running a full competitive procurement at this point would introduce delays that would result in gaps in statutory servicing, reduced resilience of critical building systems, and unacceptable operational and safety risks. While a competitive process will be undertaken to appoint a long term contractor, it cannot be completed within the time available without exposing the Council to material risk. The urgency arises from the need to ensure continuity of essential services and is not attributable to any action or omission by the Council. To maintain continuity of essential services, the Council proposes to implement time limited interim arrangements for an 18 month period through a direct award permitted under the extreme and unavoidable urgency procurement provisions. These interim arrangements include: * Main M&E Provider -- Appointment of an interim contractor to deliver the majority of Mechanical and Electrical functions. This exemption relates specifically to the proposed direct award to Wessex Electrical Services Ltd. With specialist workstreams separated and retained by existing expert providers, Wessex Electrical is recommended as the principal interim M&E provider. Wessex has previously delivered M&E services successfully as a subcontractor prior to the 2024 contract, currently provides reliable services to Housing, and holds the technical accreditations required to mobilise at pace and maintain compliant service delivery. Wessex Electrical also offers continuity of expertise, having previously delivered elements of the M&E service under the former Kier contract before the current contract commenced. Although this is not a reinstatement of the previous arrangement, their historic involvement provides proven familiarity with the Council's estate, systems, and operational requirements. The urgency therefore arises solely from the need to ensure continuity of critical statutory and safety related services following the early conclusion of the existing contract. The proposed direct award represents a lawful, proportionate, and strictly necessary measure to safeguard essential M&E functions during the transition period, consistent with the requirements of Schedule 5. Regarding the foreseeability of the need to end the current contract early, the Council could not reasonably have initiated a competitive procurement in advance, as the requirement to end the contract early was not known with sufficient certainty. This proposal is for a relatively short period of time to allow for a full competitive procurement to be undertaken. This temporary 18 month arrangement is designed to: * maintain statutory compliance * avoid gaps in essential servicing * ensure operational stability across the estate A full competitive procurement will be undertaken to appoint a long term contractor to commence from October 2027.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0677a3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029013-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK5 - Transparency Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£637,500 £500K-£1M
Contracts Value
Not specified

Notice Dates

Publication Date
30 Mar 20265 days ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
30 Mar 20265 days ago
Contract Period
24 May 2026 - 30 Sep 2027 1-2 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WILTSHIRE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
TROWBRIDGE
Postcode
BA14 8JN
Post Town
Bath
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK72 Wiltshire
Delivery Location
Not specified

Local Authority
Wiltshire
Electoral Ward
Trowbridge Central
Westminster Constituency
South West Wiltshire

Supplier Information

Number of Suppliers
1
Supplier Name

WESSEX ELECTRICAL SERVICES

Further Information

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-0677a3-2026-03-30T11:54:20+01:00",
    "date": "2026-03-30T11:54:20+01:00",
    "ocid": "ocds-h6vhtk-0677a3",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PDZR-9968-RYYY",
            "name": "Wiltshire Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDZR-9968-RYYY"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Trowbridge",
                "postalCode": "BA14 8JN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK15"
            },
            "contactPoint": {
                "name": "Andrew Mead",
                "email": "andrew.mead@wiltshire.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.wiltshire.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-05633523",
            "name": "Wessex Electrical Services Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "05633523"
            },
            "address": {
                "streetAddress": "Suite 2, Healey House, Dene Road",
                "locality": "Hampshire",
                "postalCode": "SP10 2AA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ36"
            },
            "contactPoint": {
                "email": "info@wessexelectricalservices.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDZR-9968-RYYY",
        "name": "Wiltshire Council"
    },
    "tender": {
        "id": "FM2511",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "FM2511 Direct Award Mechanical & Electrical - Planned and Reactive Maintenance",
        "description": "This contract covers reactive repairs, Planned Preventative Maintenance (PPM) and small works during the contract period. This direct award seeks the appointment of a main provider to cover mechanical and electrical services activities across the Council's general fund Assets",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "The need for a direct award arises from genuinely unforeseeable and urgent circumstances that fall outside the Council's control. The situation has not been caused by any deficiency in the Council's planning, contract management, or procurement activity, and therefore meets the statutory conditions for use of the extreme and unavoidable urgency provisions under Paragraph 13 of Schedule 5, of the Procurement Act 2023. The Council is required to bring the current Mechanical & Electrical (M&E) contract which covers all planned and reactive maintenance for the Council's key assets, to an early conclusion. The M&E contract underpins essential statutory compliance, building safety, and the continued operation of critical systems across the Council's estate. The early termination of the contract creates an immediate and unavoidable need to secure alternative provision to prevent service interruption, maintain legal compliance, and protect health and safety. Running a full competitive procurement at this point would introduce delays that would result in gaps in statutory servicing, reduced resilience of critical building systems, and unacceptable operational and safety risks. While a competitive process will be undertaken to appoint a long term contractor, it cannot be completed within the time available without exposing the Council to material risk. The urgency arises from the need to ensure continuity of essential services and is not attributable to any action or omission by the Council. To maintain continuity of essential services, the Council proposes to implement time limited interim arrangements for an 18 month period through a direct award permitted under the extreme and unavoidable urgency procurement provisions. These interim arrangements include: * Main M&E Provider -- Appointment of an interim contractor to deliver the majority of Mechanical and Electrical functions. This exemption relates specifically to the proposed direct award to Wessex Electrical Services Ltd. With specialist workstreams separated and retained by existing expert providers, Wessex Electrical is recommended as the principal interim M&E provider. Wessex has previously delivered M&E services successfully as a subcontractor prior to the 2024 contract, currently provides reliable services to Housing, and holds the technical accreditations required to mobilise at pace and maintain compliant service delivery. Wessex Electrical also offers continuity of expertise, having previously delivered elements of the M&E service under the former Kier contract before the current contract commenced. Although this is not a reinstatement of the previous arrangement, their historic involvement provides proven familiarity with the Council's estate, systems, and operational requirements. The urgency therefore arises solely from the need to ensure continuity of critical statutory and safety related services following the early conclusion of the existing contract. The proposed direct award represents a lawful, proportionate, and strictly necessary measure to safeguard essential M&E functions during the transition period, consistent with the requirements of Schedule 5. Regarding the foreseeability of the need to end the current contract early, the Council could not reasonably have initiated a competitive procurement in advance, as the requirement to end the contract early was not known with sufficient certainty. This proposal is for a relatively short period of time to allow for a full competitive procurement to be undertaken. This temporary 18 month arrangement is designed to: * maintain statutory compliance * avoid gaps in essential servicing * ensure operational stability across the estate A full competitive procurement will be undertaken to appoint a long term contractor to commence from October 2027.",
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "suitability": {
                    "sme": true
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "riskDetails": "The delivery of Mechanical & Electrical (M&E) services across the Council's estate involves a number of inherent operational risks that could affect contract performance. These risks relate primarily to the essential nature of statutory compliance activities, the complexity of the estate, and the accelerated mobilisation required for interim arrangements. There is a risk that the compressed mobilisation period may lead to short-term challenges in onboarding, gaining access to systems, and achieving full operational familiarity with the Council's diverse buildings and assets. Any delays in mobilisation could impact the timely delivery of statutory inspections, servicing, and maintenance activities. The transition between providers introduces additional risks, including the potential for gaps in information transfer, variations in asset data quality, and the need for rapid familiarisation with existing plant, equipment, and control systems. These factors may affect the continuity and efficiency of service delivery during the early stages of the contract. Given the critical nature of M&E functions, unforeseen issues arising during mobilisation or early delivery--such as access constraints, resource availability, or the discovery of previously unidentified asset conditions--could affect statutory compliance or operational resilience. Wider external factors, including supply chain pressures, specialist labour availability, and changes in regulatory requirements, also present potential risks to performance. The Council will mitigate these risks through close contract management, structured mobilisation planning, clear performance monitoring arrangements, and regular communication with the interim provider. These measures are designed to maintain continuity of essential services and ensure that statutory and safety-related obligations continue to be met throughout the interim period.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "urgency"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "FM2511 Mechanical & Electrical - Planned and Reactive Maintenance Services",
            "status": "pending",
            "value": {
                "amountGross": 765000,
                "amount": 637500,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-05633523",
                    "name": "Wessex Electrical Services Ltd"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50000000",
                            "description": "Repair and maintenance services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-05-25T00:00:00+01:00",
                "endDate": "2027-09-30T23:59:59+01:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "029013-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/029013-2026",
                    "datePublished": "2026-03-30T11:54:20+01:00",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-05-25T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "language": "en"
}