Thurrock Council: Electrical Services (PS/2015/067)

  Thurrock Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Electrical Services (PS/2015/067)
Notice type: Contract Notice
Authority: Thurrock Council
Nature of contract: Services
Procedure: Restricted
Short Description: Thurrock Council has a housing stock of over 10,000 properties and is looking for a single service provider to deliver electrical service testing within individual properties and communal blocks. The Contract also includes the replacement of heat recovery ventilation systems and/or a substitute technology
Published: 16/10/2015 12:19
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Thurrock: Mechanical and electrical engineering services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Thurrock Council
      Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
      Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk, URL: http://thurrock.g2b.info
      Attn: Procurement Services
      Electronic Access URL: www.thurrock.gov.uk/contract-opportunities-with-other-organisations/new-contract-opportunities

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Electrical Services (PS/2015/067)
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKH32 - Thurrock         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Mechanical and electrical engineering services. Thurrock Council has a housing stock of over 10,000 properties and is looking for a single service provider to deliver electrical service testing within individual properties and communal blocks. The Contract also includes the replacement of heat recovery ventilation systems and/or a substitute technology
         
      II.1.6)Common Procurement Vocabulary:
         71334000 - Mechanical and electrical engineering services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Minimum Value - £988,316 (three years testing/servicing and remedial works plus year one replacement
programme for heat recovery ventilation systems)

Maximum Value - £2,192,194 (five years testing/servicing and remedial works plus five year replacement
programme for heat recovery ventilation systems)                  
         Estimated value excluding VAT:
         Range between: 988,000 and 2,192,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Performance bonds, warranties, deposits and/or parent company guarantees may be required.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Details of the financing conditions and payment arrangements will be set out in the Contract documentation and
the Invitation to Tender.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      In the event of a group of organisations submitting an acceptable offer, it will be necessary for them to provide
an undertaking that each company shall be jointly and severally responsible for the due performance of the
contract entered into with Thurrock Council.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Applicants who satisfy any of the criteria for rejection as set out in Regulation 57, Public Contracts Regulations
2015 shall be treated as ineligible. Applicants may be requested to provide such evidence as is reasonably
necessary to allow Thurrock Council to establish that the aforementioned criteria do not apply to them.
The successful operators will be required to actively participate in working collaboratively to promote continuous
improvement and in the achievement of social, employment and environmental policy objectives. Accordingly,
contract performance conditions may be included in the contract documents.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      The information and formalities set-out in Articles 57 to 58 of Directive 2014/24/EU and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the pre qualification questionnaire.
The pre qualification questionnaire must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.3.4 of this contract notice.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         The information and formalities set-out in Articles 57 to 58 of Directive 2014/24/EU and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the pre qualification questionnaire.         
         Minimum Level(s) of standards possibly required:
         Please refer to the pre qualification documentation.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         The information and formalities set-out in Articles 57 to 58 of Directive 2014/24/EU and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the pre qualification questionnaire.
The pre qualification questionnaire must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.3.4 of this contract notice.         
         Minimum Level(s) of standards possibly required:
         Please refer to the pre qualification documentation.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 8         
         Objective Criteria for choosing the limited number of candidates:
         A minimum of five (subject to the number of responses received) and maximum of the eight highest scoring applicants will be shortlisted and invited to tender.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PS/2015/067      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 10/11/2015
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 16/11/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 03/12/2015      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Thurrock:-Mechanical-and-electrical-engineering-services./3U938Z4W5S

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3U938Z4W5S
GO-20151016-PRO-7200240 TKR-20151016-PRO-7200239
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Thurrock Council
      Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
      Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk

      Body responsible for mediation procedures:
               Thurrock Council
         Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
         Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Thurrock Council
      Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
      Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 16/10/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Thurrock: Mechanical and electrical engineering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Thurrock Council
       Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
       Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
       Main Address: http://www.thurrock.gov.uk, Address of the buyer profile: http://thurrock.g2b.info
       NUTS Code: UKH32

   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:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Electrical Services (PS/2015/067)            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71334000 - Mechanical and electrical engineering services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Thurrock Council has a housing stock of over 10,000 properties and is looking for a single service provider to deliver electrical service testing within individual properties and communal blocks. The Contract also includes the replacement of heat recovery ventilation systems and/or a substitute technology

      II.1.6) Information about lots
         This contract is divided into lots: No

      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,000,000
                  
         Currency:GBP

   II.2) Description    

      II.2.1) Title: Not Provided    
      Lot No: Not Provided

      II.2.2) Additional CPV code(s):
            71334000 - Mechanical and electrical engineering services.


      II.2.3) Place of performance
      Nuts code:
      UKH32 - Thurrock
   
      Main site or place of performance:
      Thurrock
             

      II.2.4) Description of the procurement: Thurrock Council have appointed a qualified and experienced service provider for the provision of electrical services and associated remedial works. Thurrock Council has a housing stock of over 10,000 properties; the resulting contract will cover the general needs housing, sheltered and supported housing owned by the Council which includes dwelling of various types consisting of: houses, flats, maisonettes, tower blocks and sheltered housing schemes. The Council also reserves the right to extend the contract to include corporate buildings owned or managed by the Council. The Council will utilise a JCT Measured Term Contract (2011 Edition) with amendments. The Contract will be let on an initial three year term from March 2016 with the option in year three to extend for a further two years in any combination.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality Criteria / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: Not Provided


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.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: PS/2015/067    
   Lot Number: 1    
   Title: Electrical Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/02/2016

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (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: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Oakray Limited
             I Warner House, The Harrovian Business Village,, Bessborough Road, Harrow, HA1 3EX, United Kingdom
             NUTS Code: UKH32
            The contractor is an SME: Yes

      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: 200,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=196812259

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Internet address: http://www.thurrock.gov.uk

      VI.4.2) Body responsible for mediation procedures
          Thurrock Council
          Grays, United Kingdom
          Internet address: http://www.thurrock.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Thurrock Council has incorporated a standstill period at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. The standstill period which was for a minimum of 10 calendar days, provided time for unsuccessful tenderers to challenge the award decision before the contract was entered into. The Public Procurement Regulations 2015 (S! 2015 no 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Island.

      VI.4.4) Service from which information about the review procedure may be obtained
          Thurrock Council
          Procurement Services, Civic Offices, New Road, Grays, RM17 6SL, United Kingdom
          Internet address: http://www.thurrock.gov.uk

   VI.5) Date of dispatch of this notice: 30/03/2016