Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Wiltshire Council
County Hall, Bythesea Road
Trowbridge
BA14 8JN
UK
Contact person: Mr Andrew Mead
Telephone: +44 7769162166
E-mail: andrew.mead@wiltshire.gov.uk
NUTS: UKK15
Internet address(es)
Main address: http://www.wiltshire.gov.uk/
Address of the buyer profile: http://www.wiltshire.gov.uk/
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
FM1826 Wiltshire Council Partnering Maintenance Contracts
Reference number: DN717011
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
Wiltshire Council are looking to engage contractors/suppliers on a 5 year contract with an optional extension period of up to a further 5 years, to deliver a full range of building maintenance activities across the Council's property estate from 01 October 2024.
This procurement will be divided into 6 Lots, with 1 contractor awarded to each Lot. Contractors may bid for one, multiple or all lots.
The Strategic Asset Maintenance and Facilities Management (SAM&FM) Service is responsible for the maintenance of this property estate. The SAM&FM service provides facility management from the 3 hub office buildings, and are responsible for reactive and planned preventative maintenance, building compliance, utilities management and energy efficiency across the portfolio.
To manage this diverse property portfolio, the client has identified a number of core contracts, which, taken together, will be used to deliver the full range of building maintenance activities. Combined, these contracts will ensure that the councils property portfolio remains safe, compliant, and fit for purpose and are designed to include for cyclical maintenance, capital repair of buildings, repair and replacement of systems and minor refurbishments.
The council envisions a collaborative partnership with the service provider to accomplish a comprehensive set of long- range objectives during the lifetime to the contract. These include…
I. Ensure the timely repair of the Councils property and buildings
II. Raise the level of compliance assurance within the property portfolio
III. Standardise cyclical maintenance activity and integrate with SFG20
IV. Raise the standard of maintenance of the property portfolio and introduce a rolling five year planned maintenance programme covering each part of the property portfolio
V. Increase standardisation of building elements, equipment and systems across the property portfolio
VI. Improve the resilience of key sites in the property portfolio
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
10 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Fabric and General Building Maintenance
II.2.2) Additional CPV code(s)
79993100
II.2.3) Place of performance
NUTS code:
UKK15
II.2.4) Description of the procurement
Lot 1 - Fabric
Reactive Service orders will be issued by the Client to include general building works of all types, internal and/or external to buildings. This will include a variety of building fabric works at the affected property. The Service includes…
• Externals and building fabric repairs and maintenance
• Gutters, fascia, downpipes, roofs, render, brick, stone, cladding, windows, doors
• Internal building repairs
• Vandal damage, water damage, repairs to doors, windows, replacement flooring, kitchen and toilet area repairs, redecorations, minor alterations
• Selective interventions throughout an existing building
• Small internal building refurbishments and alterations
• New and refurbished kitchens, toilet areas, shower rooms and cloak rooms
• Fire protection works (doors, ceiling voids, escape doors)
• Refurbishments (new ceilings, lighting, partitions, wall openings, flooring, fixtures, doors, sinks)
• Swimming pool flooring and surround repairs
• Flood and fire damage repairs
• Disabled access upgrades – ramps, handrails, doors
• Small extensions
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
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
Lot No: 2
II.2.1) Title
Mechanical and Electrical Services
II.2.2) Additional CPV code(s)
79993100
II.2.3) Place of performance
NUTS code:
UKK15
II.2.4) Description of the procurement
Lot 2 - Technical and Electrical
Service orders will be issued by the Client to a full range of mechanical and electrical works at the affected property. Service orders will include reactive, servicing and cyclical maintenance and remedials from service. There may also be excavation and reinstatement and/or asbestos management activities in connection with the works. Mechanical and electrical works will consist of
Electrical
• Lighting & Emergency lighting improvements
• Internal and external lighting
• Controls and control systems
• New lighting installations
• Distribution systems
• Main/submain panels & boards
• Rewiring submains & subcircuits
• Earthing Systems
• Other systems in conjunction with Electrical installations such as:
o Data system modifications/additions/installations
o Security & Access
o Fire precautions/alarm modifications/additions/installations
o Renewable technologies and Energy management systems, controls
o Lightning protection system installation or alteration
Mechanical
• Boiler, gas fired water heater or calorifier replacements
• Pipework modifications or smaller scale replacement (domestic water & heating)
• Associated elements including controls, thermal insulation, asbestos management, building penetrations and making good, boxing of pipes, minor decorations and making good
• Excavations and reinstatement etc. for external services installation
• Ventilation works to spaces for catering areas, general occupied spaces and changing/shower rooms
• Installation or replacement of air conditioning or comfort cooling systems
• Plant replacement schemes; boilers, chillers and their associated equipment
• Pipework infrastructure replacement
• External pipework infrastructure replacement
• Automatic controls renewal or reconfigurations
• Programmes comprising work on multiple sites
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
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
Lot No: 3
II.2.1) Title
Water Hygiene Management Services
II.2.2) Additional CPV code(s)
79993100
II.2.3) Place of performance
NUTS code:
UKK15
II.2.4) Description of the procurement
Lot 3
Water Hygiene Monitoring services to include for but not limited to.
Water Risk Assessments
Written Schemes
System Schematics in CAD (PDF)
Temperature Monitoring of Hot and Cold Sentinel Outlets, Hot and Cold Representative Outlets, Calorifiers, TMV, Instantaneous Hot Water Boilers, Unvented Water Systems and Circulating System Return Legs.
Bacterial Sampling (including Bore Holes)
Legionella Sampling (including 3 monthly Vehicle Wash Sampling)
CWS Sampling
Chemical Dosing
Descaling of spray outlets and shower heads.
Swimming Pools
CWS Tank inspections and cleaning
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
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
Lot No: 4
II.2.1) Title
Fire and Security
II.2.2) Additional CPV code(s)
79993100
II.2.3) Place of performance
NUTS code:
UKK15
II.2.4) Description of the procurement
Lot 4 - Fire and Safety
Fire services to include for but not limited to.
Fire Detection & Alarm + High Sensitivity Smoke Detection (HSSD) Systems
Fire Suppression – Extinguishers, Fire Blankets, Suppression Systems and Sprinkler Systems
Smoke Control Systems
Hose Reels
Fire Shutters/Dampers
Dry/Wet Risers
Kitchen Hood Fire Suppression
Evacuation Alert Systems/Voice Alarm Systems
Heat/Smoke Alarms
Monitoring Services
Security Services to include for but not limited to
Access Control Systems
Intruder Alarm Systems
CCTV Systems
Panic Alarms
Intercom Systems – Voice and Video
Hearing Induction Loops
Locksmith Services
Fence Topping Systems
Perimeter Monitoring Systems/Fence Mounted Sensing Cable
Monitoring Services
High Security Doors
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
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
Lot No: 5
II.2.1) Title
Asbestos Management Services
II.2.2) Additional CPV code(s)
79993100
II.2.3) Place of performance
NUTS code:
UKK15
II.2.4) Description of the procurement
ot 5 - Asbestos Management
Asbestos Monitoring services to include for but not limited to.
Asbestos Management Plan and periodic review
Asbestos Register and periodic review
ACM Sampling
Air Quality Sampling
R&D Surveys
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
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
Lot No: 6
II.2.1) Title
Drainage Services
II.2.2) Additional CPV code(s)
79993100
II.2.3) Place of performance
NUTS code:
UKK15
II.2.4) Description of the procurement
Drainage services to include for but not limited to.
Surface Water Drainage
Main Drains and Waste Runs
Sewage Treatment Packaged Systems
Aeration and Oxidation Ditch Systems
Settlement Tanks
Separator/Interceptor Systems
Submersible and Surface Pump Stations
Reed Beds
Water Harvesting Systems
CCTV Surveys
Tanker Services
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
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
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-010453
Section V: Award of contract
Lot No: 1
Contract No: FM1826.1
Title: Fabric and General Building Maintenance
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2024
V.2.2) Information about tenders
Number of tenders received: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Kier Workplaces Services
Hampshire,
RG21 8UQ
UK
NUTS: UKK15
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
4 957.00
GBP
/ Highest offer:
100 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: FM1826.2
Title: Mechanical and Electrical Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2024
V.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Lorne Stewart Plc
Plymouth
PL6 7PY
UK
NUTS: UKK15
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
674 775.00
GBP
/ Highest offer:
6 747 750.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: FM1826.3
Title: Water Hygiene Management Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2024
V.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Churchill Contract Services Ltd
Bedfordshire
LU1 3LU
UK
NUTS: UKK15
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
60 852.00
GBP
/ Highest offer:
608 520.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Contract No: FM1826.4
Title: Fire and Security
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2024
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Kier Workplace Services
Hampshire
RG21 8UQ
UK
NUTS: UKK15
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
104 083.00
GBP
/ Highest offer:
1 040 830.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Contract No: FM1826.5
Title: Asbestos Management Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2024
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Lucion Services Limited
Tyne and Wear
NE11 9JT
UK
NUTS: UKK15
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
12 445.00
GBP
/ Highest offer:
124 450.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Contract No: FM1826.6
Title: Drainage Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/08/2024
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Kier Workplace Services
Hampshire
RG21 8UQ
UK
NUTS: UKK15
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
586 952.00
GBP
/ Highest offer:
5 869 520.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.4.2) Body responsible for mediation procedures
VI.5) Date of dispatch of this notice
27/09/2024