Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Walsall Metropolitan Borough Council
Civic Centre, Darwall Street
Walsall
WS1 1TP
UK
E-mail: procurement@walsall.gov.uk
NUTS: UKG38
Internet address(es)
Main address: www.walsall.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/walsallcouncil
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/walsallcouncil
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/walsallcouncil
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
WP3804 - New Art Gallery Walsall - Maintenance Services
Reference number: WP3804
II.1.2) Main CPV code
50710000
II.1.3) Type of contract
Services
II.1.4) Short description
WP3804 - New Art Gallery Walsall - Planned Preventative Maintenance ServicesThe Council are looking to engage with an experienced contractor to provide a planned preventative maintenance service, and reactive remedial maintenance support, to the building systems of The NAGW. Principally this would be to maintain the main building systems of the site – building management systems, water systems, electrical systems, pressure systems, doors and windows, lighting, and environmental controls - and in turn to support the general operation of the site, in accordance with the needs of the venue, best practice, recommended insurance advice, and statutory requirements. This contractor should also provide advice for additional reactive works as appropriate upon request from The NAGW (if works fall out of the remit described within any agreement). In this regard The NAGW measures successful delivery of the contract by an ability to maintain full operational functionality of the building s
II.1.5) Estimated total value
Value excluding VAT:
380 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50710000
50700000
79993000
79993100
50500000
50720000
II.2.3) Place of performance
NUTS code:
UKG38
Main site or place of performance:
II.2.4) Description of the procurement
The Council are looking to engage with an experienced contractor to provide a planned preventative maintenance service, and reactive remedial maintenance support, to the building systems of The NAGW. Principally this would be to maintain the main building systems of the site – building management systems, water systems, electrical systems, pressure systems, doors and windows, lighting, and environmental controls - and in turn to support the general operation of the site, in accordance with the needs of the venue, best practice, recommended insurance advice, and statutory requirements. This contractor should also provide advice for additional reactive works as appropriate upon request from The NAGW (if works fall out of the remit described within any agreement). In this regard The NAGW measures successful delivery of the contract by an ability to maintain full operational functionality of the building systems, and the upkeep and identification of on-going maintenance needs to reduce longer-term issues.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
380 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Three year Contract duration with up to one year extension.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/09/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
29/09/2023
Local time: 13:30
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Interest in this contract process should be expressed via the Council’s e-Tendering Portal – https://in-tendhost.co.uk/walsallcouncil The Council reserves the right to cancel the procurement and not to proceed with the contract. The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only. The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their SSQ or tender submissions. The Council notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process. This is a voluntary contract notice. Under this [procurement / project] the [contractor / developer] is required to actively participate in the economic and social regeneration of the locality of and surrounding the place of delivery for the [procurement / project]. Accordingly contract performance conditions may relate in particular to social and environmental considerations.
VI.4) Procedures for review
VI.4.1) Review body
VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a standstill period at the point when information on the proposed award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Aggrieved parties who have been harmed or are at risk of harm by any breach of the Council’s obligations may take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice
30/08/2023