Settle: Routine servicing and professional services

  Settle is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Routine servicing and professional services
Notice type: Contract Notice
Authority: Settle
Nature of contract: Services
Procedure: Open
Short Description: North Hertfordshire Homes Limited ("the Authority") wishes to appoint suitably qualified and experienced service providers to enter into a series of five-year contracts for the routine servicing and repair of various items installed in residential housing and flatted blocks owned by the Authority, and the provision of professional services to support the Authority in the delivery of these and other asset management programmes, comprising: Lot 1 – Servicing, Maintenance and Repair of Fire Fighting Equipment, Emergency Lighting, Lightning Conductors, Door Entry/Automatic Gates/Barriers and CCTV. Lot 2 – Asbestos Surveys Lot 3 – Asbestos Removal Lot 4 – Professional Services including CDM Principal Designer, assistance in surveying, site investigation, site supervision, project management and quality assurance services
Published: 19/03/2018 13:34
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-Letchworth Garden City: Firefighting, rescue and safety equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             North Hertfordshire Homes Limited
             Rowan House, Avenue one, Letchworth Garden City, SG6 2WW, United Kingdom
             Tel. +44 1462474719, Email: cleveland.gordon@nhh.org.uk
             Main Address: https://www.nhh.org.uk, Address of the buyer profile: www.nhh.org.uk
             NUTS Code: UKH2
      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: www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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: Routine servicing and professional services       
      Reference Number: 308401189
      II.1.2) Main CPV Code:
      35110000 - Firefighting, rescue and safety equipment.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: North Hertfordshire Homes Limited ("the Authority") wishes to appoint suitably qualified and experienced service providers to enter into a series of five-year contracts for the routine servicing and repair of various items installed in residential housing and flatted blocks owned by the Authority, and the provision of professional services to support the Authority in the delivery of these and other asset management programmes, comprising:
Lot 1 – Servicing, Maintenance and Repair of Fire Fighting Equipment, Emergency Lighting, Lightning Conductors, Door Entry/Automatic Gates/Barriers and CCTV.
Lot 2 – Asbestos Surveys
Lot 3 – Asbestos Removal
Lot 4 – Professional Services including CDM Principal Designer, assistance in surveying, site investigation, site supervision, project management and quality assurance services       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,850,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: One lot only
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 – Servicing, Maintenance and Repair of Fire Fighting Equipment, Emergency Lighting, Lightning Conductors, Door Entry/Automatic Gates/Barriers and CCTV.       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      50413200 - Repair and maintenance services of firefighting equipment.
      24951210 - Fire-extinguisher powder.
      24951220 - Fire-extinguisher agents.
      24951230 - Fire-extinguisher charges.
      31625100 - Fire-detection systems.
      31625200 - Fire-alarm systems.
      35111200 - Firefighting materials.
      35111300 - Fire extinguishers.
      35111310 - Foam packages.
      35111320 - Portable fire-extinguishers.
      35111400 - Fire escape equipment.
      35111500 - Fire suppression system.
      35111510 - Fire suppression hand tools.
      35111520 - Fire suppression foam or similar compounds.
      44221220 - Fire doors.
      44480000 - Miscellaneous fire-protection equipment.
      44482000 - Fire-protection devices.
      44482100 - Fire hoses.
      39525400 - Fire blankets.
      45312100 - Fire-alarm system installation work.
      45343000 - Fire-prevention installation works.
      45343100 - Fireproofing work.
      45343200 - Firefighting equipment installation work.
      45343210 - CO2 fire-extinguishing equipment installation work.
      45343220 - Fire-extinguishers installation work.
      45343230 - Sprinkler systems installation work.
      51700000 - Installation services of fire protection equipment.
      31500000 - Lighting equipment and electric lamps.
      31518200 - Emergency lighting equipment.
      31527260 - Lighting systems.
      92222000 - Closed circuit television services.
      44221310 - Access gates.
      45421148 - Installation of gates.
      34928300 - Safety barriers.
      
      II.2.3) Place of performance:
      UKH2 Bedfordshire and Hertfordshire
      
      II.2.4) Description of procurement: North Hertfordshire Homes Limited ("the Authority") is a housing association based in Hertfordshire and Bedfordshire which owns and controls approximately 10,000 residential properties.
The Authority wishes to appoint suitable qualified and experienced service provider to deliver the following contract:

Lot 1 – Servicing, Maintenance and Repair of Fire Fighting Equipment, Emergency Lighting, Lightning Conductors, Door Entry/Automatic Gates/Barriers and CCTV.

The Authority intends to enter into a form of TPC2005 Term Partnering Contract with bespoke amendments with the successful tenderer. The contract will be for an initial term of one (1) year with an option at the Client's sole discretion for extend for a further period of four (4) years, giving a total term of five (5) years subject to satisfactory performance by the Service Provider.

The estimated value of the Contract is:
Lot 1 = £2,250,000 GPB ex VAT

The Authority now invites expressions of interest from suitably qualified and experienced service providers. Each Applicant will only be allowed to bid for one Lot. The procurement will be run as an Open Procedure exercise. Applicants will be required to submit (1) suitability questions to assess their past experience, financial robustness and technical ability to determine whether they are suitable for this contract; and (2) their responses to a tender document setting out their method statements and tendered prices for undertaking the relevant services for the particular Lot. Tenderers are required to submit responses for both parts together. The Authority and their advisers will review and assess the responses to the suitability questions. Applicants who pass the evaluation criteria and minimum standards in relation to the suitability questions (as set out in the procurement documents) will have their tender responses evaluated. The Authority intends to award contracts to the service providers who submit the most economically advantageous tender for each Lot, in accordance with the award criteria set out in the procurement documents.

Detailed descriptions of the services required for each Lot are set out in the tender documents.
      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: 2,250,000       
      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: No       
      Description of renewals: Not provided
      
      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: Yes
      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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Asbestos surveys       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90650000 - Asbestos removal services.
      
      II.2.3) Place of performance:
      UKH2 Bedfordshire and Hertfordshire
      
      II.2.4) Description of procurement: North Hertfordshire Homes Limited ("the Authority") is a housing association based in Hertfordshire and Bedfordshire which owns and controls approximately 10,000 residential properties.
The Authority wishes to appoint suitable qualified and experienced service provider to deliver the following contract:

Lot 2 – Asbestos surveys

The Authority intends to enter into a form of TPC2005 Term Partnering Contract with bespoke amendments with the successful tenderer. The contract will be for an initial term of one (1) year with an option at the Client's sole discretion for extend for a further period of four (4) years, giving a total term of five (5) years subject to satisfactory performance by the Service Provider.

The estimated value of the Contract is:
Lot 2 = £350000 GPB ex VAT

The Authority now invites expressions of interest from suitably qualified and experienced service providers. Each Applicant will only be allowed to bid for one Lot. The procurement will be run as an Open Procedure exercise. Applicants will be required to submit (1) suitability questions to assess their past experience, financial robustness and technical ability to determine whether they are suitable for this contract; and (2) their responses to a tender document setting out their method statements and tendered prices for undertaking the relevant services for the particular Lot. Tenderers are required to submit responses for both parts together. The Authority and their advisers will review and assess the responses to the suitability questions. Applicants who pass the evaluation criteria and minimum standards in relation to the suitability questions (as set out in the procurement documents) will have their tender responses evaluated. The Authority intends to award contracts to the service providers who submit the most economically advantageous tender for each Lot, in accordance with the award criteria set out in the procurement documents.

Detailed descriptions of the services required for each Lot are set out in the tender documents.
      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: 350,000       
      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: No       
      Description of renewals: Not provided
      
      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: Yes
      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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Asbestos removal       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45262660 - Asbestos-removal work.
      
      II.2.3) Place of performance:
      UKH2 Bedfordshire and Hertfordshire
      
      II.2.4) Description of procurement: North Hertfordshire Homes Limited ("the Authority") is a housing association based in Hertfordshire and Bedfordshire which owns and controls approximately 10,000 residential properties.
The Authority wishes to appoint suitable qualified and experienced service provider to deliver the following contract:

Lot 3 – Asbestos removal

The Authority intends to enter into a form of TPC2005 Term Partnering Contract with bespoke amendments with the successful tenderer. The contract will be for an initial term of one (1) year with an option at the Client's sole discretion for extend for a further period of four (4) years, giving a total term of five (5) years subject to satisfactory performance by the Service Provider.

The estimated value of the Contract is:
Lot 3 = £500000 GPB ex VAT

The Authority now invites expressions of interest from suitably qualified and experienced service providers. Each Applicant will only be allowed to bid for one Lot. The procurement will be run as an Open Procedure exercise. Applicants will be required to submit (1) suitability questions to assess their past experience, financial robustness and technical ability to determine whether they are suitable for this contract; and (2) their responses to a tender document setting out their method statements and tendered prices for undertaking the relevant services for the particular Lot. Tenderers are required to submit responses for both parts together. The Authority and their advisers will review and assess the responses to the suitability questions. Applicants who pass the evaluation criteria and minimum standards in relation to the suitability questions (as set out in the procurement documents) will have their tender responses evaluated. The Authority intends to award contracts to the service providers who submit the most economically advantageous tender for each Lot, in accordance with the award criteria set out in the procurement documents.

Detailed descriptions of the services required for each Lot are set out in the tender documents.
      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: 500,000       
      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: No       
      Description of renewals: Not provided
      
      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: Yes
      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: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Professional and quality assurance       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71540000 - Construction management services.
      71541000 - Construction project management services.
      71510000 - Site-investigation services.
      71355000 - Surveying services.
      71520000 - Construction supervision services.
      71521000 - Construction-site supervision services.
      71410000 - Urban planning services.
      
      II.2.3) Place of performance:
      UKH2 Bedfordshire and Hertfordshire
      
      II.2.4) Description of procurement: North Hertfordshire Homes Limited ("the Authority") is a housing association based in Hertfordshire and Bedfordshire which owns and controls approximately 10,000 residential properties.
The Authority wishes to appoint suitable qualified and experienced service provider to deliver the following contract:

Lot 4 – Professional and quality assurance

The Authority intends to enter into a form of TPC2005 Term Partnering Contract with bespoke amendments with the successful tenderer. The contract will be for an initial term of one (1) year with an option at the Client's sole discretion for extend for a further period of four (4) years, giving a total term of five (5) years subject to satisfactory performance by the Service Provider.

The estimated value of the Contract is:
Lot 4 = £750000 GPB ex VAT

The Authority now invites expressions of interest from suitably qualified and experienced service providers. Each Applicant will only be allowed to bid for one Lot. The procurement will be run as an Open Procedure exercise. Applicants will be required to submit (1) suitability questions to assess their past experience, financial robustness and technical ability to determine whether they are suitable for this contract; and (2) their responses to a tender document setting out their method statements and tendered prices for undertaking the relevant services for the particular Lot. Tenderers are required to submit responses for both parts together. The Authority and their advisers will review and assess the responses to the suitability questions. Applicants who pass the evaluation criteria and minimum standards in relation to the suitability questions (as set out in the procurement documents) will have their tender responses evaluated. The Authority intends to award contracts to the service providers who submit the most economically advantageous tender for each Lot, in accordance with the award criteria set out in the procurement documents.

Detailed descriptions of the services required for each Lot are set out in the tender documents.
      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: 750,000       
      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: No       
      Description of renewals: Not provided
      
      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: Yes
      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: Not provided       


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:          
      Applicants will be required to complete a series of suitability questions to assess past experience, financial robustness and technical ability consistent with the requirements of the Public Contracts Regulations 2015. Details of the suitability questions will be set out in the procurement documents. In particular, all Applicants will be required to provide:
1. a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this Contract Notice.
2. statements of accounts or extracts from those accounts relating to their business.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Lot 1 - Servicing, Maintenance and Replacement of Fire Fighting Equipment, Emergency Lighting, Lightning Conductors, Door Entry/Automatic Gates/Barriers and CCTV - As part of the financial assessment and in order to ensure bids are financially viable, the Authority requires a minimum average annual turnover over the last two years of £900,000 + VAT. If your organisation has an average annual turnover of less than £900,000 + VAT, you will not be eligible to bid.
Lot 2 – Asbestos Surveys and Testing - As part of the financial assessment and in order to ensure bids are financially viable, the Authority requires a minimum average annual turnover over the last two years of £140,000 + VAT. If your organisation has an average annual turnover of less than £140,000 + VAT, you will not be eligible to bid.

Lot 3 – Asbestos Removal - As part of the financial assessment and in order to ensure bids are financially viable, the Authority requires a minimum average annual turnover over the last two years of £200,000 + VAT. If your organisation has an average annual turnover of less than £200,000 + VAT you will not be eligible to bid.

Lot 4 – Professional and Quality - As part of the financial assessment and in order to ensure bids are financially viable, the Authority requires a minimum average annual turnover over the last two years of £300.000 + VAT. If your organisation has an average annual turnover of less than £300,000 + VAT you will not be eligible to bid.    
      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       
      The appointed service providers and their supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations.          
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - 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: 07/05/2018 Time: 12:00
            
      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
      
      IV.2.7) Conditions for opening of tenders:
         Date: 07/05/2018
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   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 Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the Programme at its sole discretion. The Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any Applicant before signature of any contract with the Authority shall be incurred entirely at that Applicant's risk
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Letchworth-Garden-City:-Firefighting%2C-rescue-and-safety-equipment./89PQ4JGNW5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/89PQ4JGNW5
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       Royal Courts of Justice,, The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             High Court of England & Wales
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Authority will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Cabinet Offcie
       70 Whitehall, London, SW1A 2AS, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 19/03/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Letchworth Garden City: Firefighting, rescue and safety equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       North Hertfordshire Homes Limited
       Rowan House, Avenue one, Letchworth Garden City, SG6 2WW, United Kingdom
       Tel. +44 1462474719, Email: cleveland.gordon@nhh.org.uk
       Main Address: https://www.nhh.org.uk, Address of the buyer profile: www.nhh.org.uk
       NUTS Code: UKH2

   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: Routine servicing and professional services            
      Reference number: 308401189

      II.1.2) Main CPV code:
         35110000 - Firefighting, rescue and safety equipment.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: North Hertfordshire Homes Limited ("the Authority") wishes to appoint suitably qualified and experienced service providers to enter into a series of five-year contracts for the routine servicing and repair of various items installed in residential housing and flatted blocks owned by the Authority, and the provision of professional services to support the Authority in the delivery of these and other asset management programmes, comprising:
Lot 1 – Servicing, Maintenance and Repair of Fire Fighting Equipment, Emergency Lighting, Lightning Conductors, Door Entry/Automatic Gates/Barriers and CCTV.
Lot 2 – Asbestos Surveys
Lot 3 – Asbestos Removal
Lot 4 – Professional Services including CDM Principal Designer, assistance in surveying, site investigation, site supervision, project management and quality assurance services

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

   II.2) Description

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71540000 - Construction management services.
            71541000 - Construction project management services.
            71510000 - Site-investigation services.
            71355000 - Surveying services.
            71520000 - Construction supervision services.
            71521000 - Construction-site supervision services.
            71410000 - Urban planning services.


      II.2.3) Place of performance
      Nuts code:
      UKH2 - Bedfordshire and Hertfordshire
   
      Main site or place of performance:
      Bedfordshire and Hertfordshire
             

      II.2.4) Description of the procurement: North Hertfordshire Homes Limited ("the Authority") is a housing association based in Hertfordshire and Bedfordshire which owns and controls approximately 10,000 residential properties.
The Authority wishes to appoint suitable qualified and experienced service provider to deliver the following contract:

Lot 4 – Professional and quality assurance

The Authority intends to enter into a form of TPC2005 Term Partnering Contract with bespoke amendments with the successful tenderer. The contract will be for an initial term of one (1) year with an option at the Client's sole discretion for extend for a further period of four (4) years, giving a total term of five (5) years subject to satisfactory performance by the Service Provider.

The estimated value of the Contract is:
Lot 4 = £750000 GPB ex VAT

The Authority now invites expressions of interest from suitably qualified and experienced service providers. Each Applicant will only be allowed to bid for one Lot. The procurement will be run as an Open Procedure exercise. Applicants will be required to submit (1) suitability questions to assess their past experience, financial robustness and technical ability to determine whether they are suitable for this contract; and (2) their responses to a tender document setting out their method statements and tendered prices for undertaking the relevant services for the particular Lot. Tenderers are required to submit responses for both parts together. The Authority and their advisers will review and assess the responses to the suitability questions. Applicants who pass the evaluation criteria and minimum standards in relation to the suitability questions (as set out in the procurement documents) will have their tender responses evaluated. The Authority intends to award contracts to the service providers who submit the most economically advantageous tender for each Lot, in accordance with the award criteria set out in the procurement documents.

Detailed descriptions of the services required for each Lot are set out in the tender documents.

      II.2.5) Award criteria:
       Not Provided

      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: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: 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
       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: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

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 Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the Programme at its sole discretion. The Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any Applicant before signature of any contract with the Authority shall be incurred entirely at that Applicant's risk
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=392935063

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Courts of Justice,, The Strand, London, WC2A 2LL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          High Court of England & Wales
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Authority will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.

      VI.4.4) Service from which information about the review procedure may be obtained
          Cabinet Offcie
          70 Whitehall, London, SW1A 2AS, United Kingdom

   VI.5) Date of dispatch of this notice: 25/04/2019