Clarity Procurement Solutions is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Gas, Electrical and Water Hygiene Services |
Notice type: | Contract Notice |
Authority: | Clarity Procurement Solutions |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The overall scope of the Contract is the provision of Gas, Electrical and Water Hygiene Services to WATMOS properties located in Walsall and Lambeth. The Services include: Gas Domestic boiler servicing and repairs on a 3-star service Replacement of domestic boilers deemed uneconomical to repair Commercial boiler servicing and repair on a 1-star service Electrical Domestic periodic electrical testing and associated repairs Commercial periodic electrical testing and associated repairs Water Hygiene Monthly temperature checks Tank cleaning Water analysis Legionella risk assessments The Contracts is divided into 2 Lots: •Lot 1 – Walsall (685 properties) •Lot 2 – Lambeth (687 properties) WATMOS intends to award separate Contracts for each Lot. Applicants may submit bids for one Lot or both Lots. Lots will not be divided further into sub-lots. |
Published: | 10/09/2019 11:58 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
WATMOS Community Homes
116-120 Lichfield Street, Walsall, WS1 1SZ, United Kingdom
Tel. +44 1942725438, Email: nathan@clarityprocurement.co.uk
Contact: Nathan Liptrot
Main Address: https://www.watmos.org.uk/, Address of the buyer profile: http://www.bipsolution.com
NUTS Code: UK
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: https://www.delta-esourcing.com/tenders/UK-UK-Walsall:-Repair-and-maintenance-services-of-central-heating./HC5PT76W57
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: Gas, Electrical and Water Hygiene Services
Reference Number: WCH3061
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 overall scope of the Contract is the provision of Gas, Electrical and Water Hygiene Services to WATMOS properties located in Walsall and Lambeth. The Services include:
Gas
Domestic boiler servicing and repairs on a 3-star service
Replacement of domestic boilers deemed uneconomical to repair
Commercial boiler servicing and repair on a 1-star service
Electrical
Domestic periodic electrical testing and associated repairs
Commercial periodic electrical testing and associated repairs
Water Hygiene
Monthly temperature checks
Tank cleaning
Water analysis
Legionella risk assessments
The Contracts is divided into 2 Lots:
•Lot 1 – Walsall (685 properties)
•Lot 2 – Lambeth (687 properties)
WATMOS intends to award separate Contracts for each Lot. Applicants may submit bids for one Lot or both Lots. Lots will not be divided further into sub-lots.
II.1.5) Estimated total value:
Value excluding VAT: 1,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: WATMOS intends to award separate Contracts for each Lot. Applicants may submit bids for one Lot or both Lots. Lots will not be divided further into sub-lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Gas, Electrical and Water Hygiene Services - Walsall
Lot No: 1
II.2.2) Additional CPV codes:
50531100 - Repair and maintenance services of boilers.
50711000 - Repair and maintenance services of electrical building installations.
50116100 - Electrical-system repair services.
90913100 - Tank-cleaning services.
II.2.3) Place of performance:
UKG38 Walsall
II.2.4) Description of procurement: The overall scope of the Contract is the provision of Gas, Electrical and Water Hygiene Services to WATMOS properties located in Walsall.
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: 60
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:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: The top 5 scoring Applicants (out of those who pass all the Pass/Fail questions) will be invited to participate in the ITT stage.
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 term of 5 years, with an option to extend at WATMOS’ sole discretion for a further term of up to 2 years, giving a total potential period of up to 7 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/HC5PT76W57
II.2) Description Lot No. 2
II.2.1) Title: Gas, Electrical and Water Hygiene Services - Lambeth
Lot No: 2
II.2.2) Additional CPV codes:
50531100 - Repair and maintenance services of boilers.
50711000 - Repair and maintenance services of electrical building installations.
50116100 - Electrical-system repair services.
90913100 - Tank-cleaning services.
II.2.3) Place of performance:
UKI45 Lambeth
II.2.4) Description of procurement: The overall scope of the Contract is the provision of Gas, Electrical and Water Hygiene Services to WATMOS properties located in Lambeth
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: 60
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:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: The top 5 scoring Applicants (out of those who pass all the Pass/Fail questions) will be invited to participate in the ITT stage.
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 term of 5 years, with an option to extend at WATMOS’ sole discretion for a further term of up to 2 years, giving a total potential period of up to 7 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/HC5PT76W57
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: 11/10/2019 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 extension options, 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 opportunity is being administered on behalf of WATMOS by Clarity Procurement Solutions Limited.
Potential Applicants wishing to participate in this tender are instructed to:
Download and read the draft Invitation to Tender Document to familiarise yourselves with WATMOS' requirements.
Download and read the Selection Questionnaire Instructions and Guidance Document.
Download and complete the Selection Questionnaire.
Submit a completed Selection Questionnaire in accordance with the Selection Questionnaire Instructions, noting the submission deadline of 12:00 hours on 11/10/2019.
Potential Applicants must not complete or submit the draft Invitation to Tender Document at this stage. The draft Invitation to Tender Document is for information only at this stage. The final version ITT will be issued to short-listed Applicants following the completion of the Selection Questionnaire evaluation.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Walsall:-Repair-and-maintenance-services-of-central-heating./HC5PT76W57
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/HC5PT76W57
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
London, United Kingdom
Tel. +44 123456789, Email: tcc.issue@justice.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will enter into this 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 2015/02) (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
Tel. +44 123456789, Email: cocommercial@crowncommercial.gov.uk
VI.5) Date Of Dispatch Of This Notice: 10/09/2019
Annex A