Strategic Assets Framework Agreement

A Tender Notice
by WEST MIDLANDS COMBINED AUTHORITY

Source
Find a Tender
Type
Framework (Services)
Duration
6 year
Value
___
Sector
INDUSTRIAL
Published
23 Dec 2021
Delivery
To 28 Dec 2027 (est.)
Deadline
28 Jan 2022 12:00

Concepts

Location

West Midlands:

Geochart for 1 buyers and 0 suppliers

Description

The Strategic Asset Management team are responsible for all of the asset information for all of the different asset groupings that exist within the portfolio of the West Midlands Combined Authority (WMCA). Due to various existing arrangements coming to an end and new services required the WMCA requires a new framework consisting of the following Lots: • Lot 1 – BIM • Lot 2 – Inspections • Lot 3 – Small Works • Lot 4 - Structures

Lot Division

1

This Framework Agreement will enable WMCA to source independent BIM advice including but not limited to: • Ensuring Paperwork is up to date to meet any new standards such as ISO19650. Including data drops, CDE’s and relevant file formats • Advise on BIM Execution Plans (BEP’s) for both quality and validity ensuring to mitigate any and all risk to the WMCA as far as Practicably possible. • Attend meetings where necessary with external parties to protect the interest of WMCA. • Assist with the promotion of the BIM process through internal meetings with stakeholders and project managers to ensure up take by providing case studies from similar projects or your own experience. • Teaching the necessary skills to the organisation to be self-sufficient and allow for the smooth running of the day to day process. Additional information: The WMCA is looking to establish a six years maximum term Framework Agreement with one supplier for Lot 1 to ensure consistency over that period. A longer-term framework is required due to the extended timescales within Lot 4 to meet the WMCA's cyclical inspection programme.

Award Criteria
Quality 40
price 60
2

The Supplier is required to manage relevant inspection programme for vacant sites by a qualified individual for: • Vacant Land • Vacant Buildings These will be delivered on a scheduled programme based on the insurance requirements of our brokers. It is also desirable that the person co-ordinating the surveys provides an on-call service out of hours and act as the primary key holder for the site. The Supplier is required to record results of all inspections (not including Safety Inspections) to include: • Date of the Inspection • Who the inspection was undertaken by • An objective percentage score for the site with clearly set out reasoning • Any issues or risks at the site that need to be highlighted and the pertinent remedial works which are recommended to ensure that our sites are as safe as reasonably practicable. It is also desirable to be able to provide quotes for the suggested works on request. Additional information: The WMCA is looking to establish a six years maximum term Framework Agreement with a minimum of 4 suppliers in total for Lot 2 with a sole supplier for the vacant land and building inspections element and at least three suppliers for the ad-hoc surveys element awarded via mini competitions. A longer- term framework of six years is required due to the extended timescales within Lot 4.

Award Criteria
Quality 40
price 60
3

The contractor is required to carry out any works that should be required to monitor or maintain the site, remedy any damage to the site or prevent any further damage to the site up to a value of £50,000. Works will include, but not be limited to: • Removal of fly tipping • Replacement of drain covers, fence panels, roof tiles etc • Maintenance of the boundaries • Purging of gas systems • Drainage of water systems • Landscaping works (incl tree felling, vegetation cutbacks) • Installation and maintenance of security and safety equipment (incl alarms, CCTV) Where applicable, quotes may be requested to align with procurement processes. The contractor is required to produce a report of all works done to include: • Date of works; • Who the work was undertaken by; • Confirmation that the issue is resolved; • Photographic evidence that the work has been completed Additional information: The WMCA is looking to establish a six years maximum term Framework Agreement. In terms of Lot 3, due to the potential variety of works, these will be issued via mini competition to ensure competitiveness across the period. A longer-term framework is required due to the extended timescales within Lot 4 to meet the WMCA's cyclical inspection programme.

Award Criteria
Quality 30
price 70
4

The Supplier is required to manage relevant inspections programmes by appointing a Supervising Engineer. The Supervising Engineer will supervise the inspection programme and be responsible for the inspections of the North Walsall Cutting bridges, Stourbridge Junction car park footbridge, Four Oaks decked car park and Longbridge decked car park. As well as any other structures which may become part of the WMCA portfolio which can be priced and discussed on a more ad-hoc basis. The Supervising Engineer should be a Chartered Civil or Structural Engineer with a background in design, construction or maintenance of highway structures. The inspection programme is required to commence Summer 2022 unless otherwise stated. Confirmed inspection requirements are: General Inspections; 24 months frequency, commencing July 2022 • North Walsall Cutting bridges - Upper Green Lane, Bloxwich Road, Mill Street and Proffitt Street • Stourbridge Junction car park footbridge Principle Inspections; 6 year intervals, as a replacement of the General Inspection due • North Walsall Cutting bridges - Upper Green Lane, Bloxwich Road, Mill Street and Proffitt Street • Stourbridge Junction car park footbridge General Inspection Plan to be drawn up and agreed for Car Park Structures • Four Oaks Extension • Longbridge The Supplier is required to provide resources for occasional bridge ‘call out visits’ and Special Inspections when a need is identified. Attendance at site is required within 24 hours of the call out request from WMCA Asset Management. The Supplier is required to record results of all inspections (not including Safety Inspections) to include: a) Date of the inspection b) Those responsible for undertaking the inspection c) General information about the structure (e.g. name, reference and location) d) Details of the prevailing weather conditions at the time of the inspection. Additional information: The WMCA is looking to establish a six years maximum term Framework Agreement with one supplier for Lot 4 to ensure consistency over that period. A longer-term framework is required due to the extended timescales within Lot 4 to meet the WMCA's cyclical inspection programme.

Award Criteria
Quality 40
price 60

CPV Codes

  • 71631400 - Technical inspection services of engineering structures

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are not available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** In order to access the documents and submit a bid please do so through BravoSolution, the WMCA's e-tendering portal (https://wmca.bravosolution.co.uk). The tender reference is itt_1020 and if you are not already registered on BravoSolution it is free and usually only takes a few minutes to do so. Please note, the estimated contract value is not know at the point of tendering and £500,000.00 is an estimate of what the aggregate spend may be across all 4 Lots but there is no guarantee of levels of spend across all or any of the Lots. Bidders can apply to be included for any or all Lots of the framework and this is a retender which was originally tendered earlier in 2021.

Reference

Domains