South East Assets Procurement is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Stonewater-Gas servicing and reactive maintenance-South east region |
Notice type: | Contract Notice |
Authority: | South East Assets Procurement |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The contract will be for the provision of a 24 hour, 365 days a year cover for all servicing and responsive repairs, including emergency and out of hours. The contract will exclude any electrical heating systems and will be subject to performance of the appointed service provider. Please see the procurement documentation for the full scope of service for this contract. |
Published: | 19/07/2017 13:13 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Stonewater Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road,, Whetstone,, Leicester, LE8 6EP, United Kingdom
Tel. +44 1384471065, Email: prcourement@effefftee.co.uk
Main Address: www.stonewater.org
NUTS Code: UKJ
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-Leicester:-Repair-and-maintenance-services-of-central-heating./P43W3M8943
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/P43W3M8943 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: http://www.delta-esourcing.com/tenders/UK-title/P43W3M8943
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: Stonewater-Gas servicing and reactive maintenance-South east region
Reference Number: T1-3900
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: The contract will be for the provision of a 24 hour, 365 days a year cover for all servicing and responsive repairs, including emergency and out of hours. The contract will exclude any electrical heating systems and will be subject to performance of the appointed service provider. Please see the procurement documentation for the full scope of service for this contract.
II.1.5) Estimated total value:
Value excluding VAT: 12,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The contract will be for the provision of a 24 hour, 365 days a year cover for all servicing and responsive repairs, including emergency and out of hours. The contract will exclude any electrical heating systems and will be subject to performance of the appointed service provider. Please see the procurement documentation for the full scope of service for this contract.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical evaluation / Weighting: 70
Price - Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 12,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: It is intended that the contract will commence between April and June, 2018, and subject to annual reviews, run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further ten years (on a five years + five years basis.) The maximum duration of the contract is therefore 15 years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: Stonewater Limited wishes to ensure that only suitably qualified and experienced organisations are considered for this contract. Therefore, the SQ stage will include an evaluation of Candidates’ responses to technical questions on their previous experience and capability. Only the highest scoring Candidates will be shortlisted and Invited to Tender.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Please note that the Contracting Authority has previously issued a separate Contract Notice to procure a repairs and maintenance service, including electric heating systems. This included an option for the servicing and maintenance of all other heating systems, both domestic and commercial.
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:
Please refer to the SQ and tender documentation for all relevant information on requirements relating to enrolment on professional or trade registers
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Please refer to the SQ and tender documentation for all relevant information on requirements relating to enrolment on professional or trade registers
III.2.2) Contract performance conditions
Please refer to the SQ and tender documentation for all relevant information on contract performance conditions
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: Yes
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: Yes
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: 18/08/2017 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 12/09/2017
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:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 15 years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
The Contracting Authority reserves the right to cancel the procurement at any time and not to proceed with the award of any contract at any stage of the procurement process or to award only a part or parts of any contract.
Economic Operators are to note that the provisions of the Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply.
The Contracting Authority shall not be liable for any cost or expense incurred by any Economic Operator in connection with the completion and return of information requested in this Contract Notice or any related submissions.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Repair-and-maintenance-services-of-central-heating./P43W3M8943
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/P43W3M8943
VI.4) Procedures for review
VI.4.1) Review body:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise, Orpington, BR6 0JA, United Kingdom
Email: Procurement@effefftee.co.uk
Internet address: www.effefftee.co.uk
VI.4.2) Body responsible for mediation procedures:
The Royal Courts of Justice
The Strand, London, W2 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying Economic Operators of the outcome of this procurement.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 19/07/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Stonewater Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road,, Whetstone,, Leicester, LE8 6EP, United Kingdom
Tel. +44 1384471065, Email: prcourement@effefftee.co.uk
Main Address: www.stonewater.org
NUTS Code: UKJ
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: Stonewater-Gas servicing and reactive maintenance-South east region
Reference number: T1-3900
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: The contract will be for the provision of a 24 hour, 365 days a year cover for all servicing and responsive repairs, including emergency and out of hours. The contract will exclude any electrical heating systems and will be subject to performance of the appointed service provider. Please see the procurement documentation for the full scope of service for this contract.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 12,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: The contract will be for the provision of a 24 hour, 365 days a year cover for all servicing and responsive repairs, including emergency and out of hours. The contract will exclude any electrical heating systems and will be subject to performance of the appointed service provider. Please see the procurement documentation for the full scope of service for this contract.
II.2.5) Award criteria:
Quality criterion - Name: Technical evaluation / Weighting: 70
Price - Weighting: 30
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: Please note that the Contracting Authority has previously issued a separate Contract Notice to procure a repairs and maintenance service, including electric heating systems. This included an option for the servicing and maintenance of all other heating systems, both domestic and commercial.
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2017/S 138-283298
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: T1-3900
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: 24/12/2018
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
BSW Heating Limited, 01047746
Old Barn Lane, Kenley, United Kingdom
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: 12,000,000
Total value of the contract/lot: 12,000,000
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.
The Contracting Authority reserves the right to cancel the procurement at any time and not to proceed with the award of any contract at any stage of the procurement process or to award only a part or parts of any contract.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=628511557
VI.4) Procedures for review
VI.4.1) Review body
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise, Orpington, BR6 0JA, United Kingdom
Email: Procurement@effefftee.co.uk
Internet address: www.effefftee.co.uk
VI.4.2) Body responsible for mediation procedures
The Royal Courts of Justice
The Strand, London, W2 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Contracting Authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying Economic Operators of the outcome of this procurement.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date of dispatch of this notice: 23/09/2021