{
    "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"
}