Clarity Procurement Solutions is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Pioneer Group Gas Servicing and Safety |
Notice type: | Contract Notice |
Authority: | Clarity Procurement Solutions |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | For the Group to maintain its regulatory responsibility for gas safety compliance, a new Gas Servicing and Safety Contract needs to be operational from Autumn 2019. The current Contract is a 3-star Service and covers approximately 2,400 properties. The majority of boilers are of a domestic nature, with a small number of commercial installations and domestic solar thermal installations. |
Published: | 11/02/2019 14:10 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Pioneer Housing and Community Group Limited
11 High Street, Castle Vale, Birmingham, B35 7PR, United Kingdom
Tel. +44 1942725438, Email: nathan@clarityprocurement.co.uk
Contact: Clarity Procurement Solutions
Main Address: https://www.pioneergroup.org.uk/
NUTS Code: UKG31
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Repair-and-maintenance-services-of-central-heating./73854E92T4
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Pioneer Group Gas Servicing and Safety
Reference Number: PCHG/GSS/2019
II.1.2) Main CPV Code:
50720000 - Repair and maintenance services of central heating.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: For the Group to maintain its regulatory responsibility for gas safety compliance, a new Gas Servicing and Safety Contract needs to be operational from Autumn 2019. The current Contract is a 3-star Service and covers approximately 2,400 properties. The majority of boilers are of a domestic nature, with a small number of commercial installations and domestic solar thermal installations.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
50531100 - Repair and maintenance services of boilers.
II.2.3) Place of performance:
UKG31 Birmingham
II.2.4) Description of procurement: For the Group to maintain its regulatory responsibility for gas safety compliance, a new Gas Servicing and Safety Contract needs to be operational from Autumn 2019. The current Contract is a 3-star Service and covers approximately 2,400 properties. The majority of boilers are of a domestic nature, with a small number of commercial installations and domestic solar thermal installations.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Subject to extension options, 7 years from Contract Award
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is envisaged that the Contract with the Successful Bidder shall last for an initial period of 3 (three) years, with an option to extend at Pioneer Group’s sole discretion for an initial period of up to 2 (two) years, and a further period of 2 (two) years, giving a total potential term of up to 7 (seven) years.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/73854E92T4
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:
As stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As stated in the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/03/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Subject to extensions, 7 years from Contract Award
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
This tender is being administered on behalf of The Pioneer Group by Clarity Procurement Solutions Limited. Potential Applicants wishing to participate in this tender opportunity are requested to:
Download and read the Invitation to Tender Document and supporting appendices to familiarise yourselves with The Pioneer Group's requirements Download and read the Selection Questionnaire Instructions and Guidance Document Download and complete the Selection Questionnaire Document Submit a completed Selection Questionnaire Document in accordance with the Selection Questionnaire Instructions, noting the submission deadline of 12:00 hours on 14/03/2019
Potential Applicants must not complete or submit the Invitation to Tender Document and supporting appendices at this stage
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Repair-and-maintenance-services-of-central-heating./73854E92T4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/73854E92T4
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Pioneer Group will enter into the Contract following a minimum 10 calendar day standstill period, starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 11/02/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Pioneer Housing and Community Group Limited
11 High Street, Castle Vale, Birmingham, B35 7PR, United Kingdom
Tel. +44 1942725438, Email: nathan@clarityprocurement.co.uk
Contact: Clarity Procurement Solutions
Main Address: https://www.pioneergroup.org.uk/
NUTS Code: UKG31
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Pioneer Group Gas Servicing and Safety
Reference number: PCHG/GSS/2019
II.1.2) Main CPV code:
50720000 - Repair and maintenance services of central heating.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: For the Group to maintain its regulatory responsibility for gas safety compliance, a new Gas Servicing and Safety Contract needs to be operational from Autumn 2019. The current Contract is a 3-star Service and covers approximately 2,400 properties. The majority of boilers are of a domestic nature, with a small number of commercial installations and domestic solar thermal installations.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,151,200
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
50531100 - Repair and maintenance services of boilers.
II.2.3) Place of performance
Nuts code:
UKG31 - Birmingham
Main site or place of performance:
Birmingham
II.2.4) Description of the procurement: For the Group to maintain its regulatory responsibility for gas safety compliance, a new Gas Servicing and Safety Contract needs to be operational from Autumn 2019. The current Contract is a 3-star Service and covers approximately 2,400 properties. The majority of boilers are of a domestic nature, with a small number of commercial installations and domestic solar thermal installations.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:It is envisaged that the Contract with the Successful Bidder shall last for an initial period of 3 (three) years, with an option to extend at Pioneer Group’s sole discretion for an initial period of up to 2 (two) years, and a further period of 2 (two) years, giving a total potential term of up to 7 (seven) years.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/73854E92T4
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the 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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/08/2019
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Status Heating Limited, James House
4B Truemans Heath Lane, Hollywood, Birmingham, B47 5QB, United Kingdom
Tel. +44 1214300920, Fax. +44 1214300920, Email: leigh@statusheating.co.uk
Internet address: https://www.statusheating.co.uk/
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1,151,200
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
This tender is being administered on behalf of The Pioneer Group by Clarity Procurement Solutions Limited.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=426912500
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
London, United Kingdom
Tel. +44 123456789
VI.4.2) Body responsible for mediation procedures
Not applicable
Not applicable, United Kingdom
Tel. +44 123456789
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Pioneer Group will enter into the Contract following a minimum 10 calendar day standstill period, starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
London, United Kingdom
Tel. +44 123456789
VI.5) Date of dispatch of this notice: 04/09/2019