Cameron Consulting: Epping Forest District Council - Gas Servicing & Maintenance Contracts

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Epping Forest District Council - Gas Servicing & Maintenance Contracts
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Services
Procedure: Restricted
Short Description: The provision of comprehensive servicing, repairs and maintenance services of domestic gas fired appliances, servicing and maintenance of renewable energy installations and MVHR installation; the provision of an emergency out of hours service. The contract also includes for the provision of 'call-centre' services in managing gas appliance repairs. The contract will be a long term partnering contract under the Term Partnering Contact TPC2005 (amended 2008) for a maximum period of 10 years, subject to periodic performance reviews (annually) and a formal interim review after 5 years. Applicants may bid for one or both lots and the Authority may award both lots to the same applicant. The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply to the contract. It is the responsibility of Applicants to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.
Published: 22/10/2014 14:48
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-Epping: Repair and maintenance services of boilers.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Epping Forest District Council
      Civic Offices, High Street, Epping, CM16 4BZ, United Kingdom
      Tel. +44 1992564000, Email: contactus@eppingforestdc.gov.uk, URL: http://www.eppingforestdc.gov.uk/
      Electronic Access URL: https://www.delta-esourcing.com/
      Electronic Submission URL: https://www.delta-esourcing.com/

      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:
      Housing and community amenities

   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: Epping Forest District Council - Gas Servicing & Maintenance Contracts
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKH3 - Essex         
      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:
      Repair and maintenance services of boilers. Gas appliance maintenance services. Repair and maintenance services of electrical and mechanical building installations. Call centre. The provision of comprehensive servicing, repairs and maintenance services of domestic gas fired appliances, servicing and maintenance of renewable energy installations and MVHR installation; the provision of an emergency out of hours service. The contract also includes for the provision of 'call-centre' services in managing gas appliance repairs. The contract will be a long term partnering contract under the Term Partnering Contact TPC2005 (amended 2008) for a maximum period of 10 years, subject to periodic performance reviews (annually) and a formal interim review after 5 years. Applicants may bid for one or both lots and the Authority may award both lots to the same applicant. The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply to the contract. It is the responsibility of Applicants to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.
         
      II.1.6)Common Procurement Vocabulary:
         50531100 - Repair and maintenance services of boilers.
         
         50531200 - Gas appliance maintenance services.
         
         50710000 - Repair and maintenance services of electrical and mechanical building installations.
         
         79512000 - Call centre.
         

      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: Yes          
         If yes, tenders should be submitted for: One or more lots

      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:
      The total estimated value of services for the entire duration (10 years) and across both "Lots" is between 11,500,000GBP and 12,500,000GBP.                  
         Estimated value excluding VAT:
         Range between: 11,500,000 and 12,500,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: Contracts will be awarded for an initial period of 5 years. Following a review, the Authority may decide to extend either in increments of 12 months or multiples thereof, up to a maximum of 5 years. The total maximum contract period that could be achieved is 10 years. The Authority is committed to long term partnering and intends on maximising the opportunities for long term arrangements and benefit from such arrangements.       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 60 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 5
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 12
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 120 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Lot 1 - North District

      1)Short Description:      
      Servicing, maintenance and repairs to gas fired appliances.

      2)Common Procurement Vocabulary:
         50531100 - Repair and maintenance services of boilers.
                  50531200 - Gas appliance maintenance services.
                  50700000 - Repair and maintenance services of building installations.
                  50710000 - Repair and maintenance services of electrical and mechanical building installations.
                  79512000 - Call centre.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 7,000,000 and 7,500,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                                          
         Scheduled date for:
            Start of works: 01/06/2015
            Completion of works: 31/05/2025
                        
                  
         5)Additional Information About Lots:         
            The contract will be awarded to a single operator to undertake comprehensive servicing, repairs and maintenance of gas fired appliances and other associated mechanical installations within the area defined under this Lot. Bidders may bid for one or both lots and the Authority may award both lots to the same bidder. Further information is set out in the PQQ.      
      Lot No: 2
      Title: Lot 2 - South District

      1)Short Description:      
      Servicing, maintenance and repairs to gas fired appliances.

      2)Common Procurement Vocabulary:
         50531100 - Repair and maintenance services of boilers.
                  50531200 - Gas appliance maintenance services.
                  50700000 - Repair and maintenance services of building installations.
                  50710000 - Repair and maintenance services of electrical and mechanical building installations.
                  79512000 - Call centre.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 4,500,000 and 5,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                                          
         Scheduled date for:
            Start of works: 01/06/2015
            Completion of works: 30/05/2025
                        
                  
         5)Additional Information About Lots:         
            The contract will be awarded to a single operator to undertake comprehensive servicing, repairs and maintenance of gas fired appliances and other associated mechanical installations within the area defined under this Lot. Bidders may bid for one or both lots and the Authority may award both lots to the same bidder. Further information is set out in the PQQ.         
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      A Parent Company Guarantee and/or Performance Bond may be required by the Authority, the details of which will be set out in the Invitation to Tender (ITT) and accompanying documentation.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      The terms of payment will be set out in the ITT and accompanying documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No special legal form is required but the Authority reserves the right to require the successful party to undertake primary contracting responsibility for the services or to require that one or more parties are jointly or severally liable or to create a particular legal entity. Further information will be provided to those invited to tender.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The selected economic operator will be required to perform the services to the required standards set out in the ITT and accompanying documentation. The successful economic operator will be required as a condition of contract to comply with the Authority's terms and conditions.      
   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.

      Applicants will be required to complete a PQQ consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regulations 2006. The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.      
      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:
         Applicants will be required to complete a PQQ consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regulations 2006. The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Applicants will be required to complete a PQQ consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regulations 2006. The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.      
      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: No       
      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: Yes
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 number of operators: 6
         
         Objective Criteria for choosing the limited number of candidates:
         A single economic operator will be appointed for each lot. On this basis, it is anticipated that 6 bidders will be invited to tender for each lot. The successful bidder will be appointed based on the criteria set out in the ITT and accompanying documentation. Further details will be set out in the ITT and accompanying documentation.   
   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: T10237      
      IV.3.2)Previous publication(s) concerning the same contract: No

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



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 26/11/2014
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 05/01/2015      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Any EU official language         


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, and the contract will be awarded on the basis of the most economically advantageous tender.The process seeks to select operators offering the appropriate capability, capacity and competency. The Authority reserves the right not to conclude any contracts, to change without notice the procedure for awarding contracts, to reject all or any bids for the contracts, to terminate discussions with all or any interested parties and/or to stop the process without any liability on its part. Expressions of interest must be in the form of a completed PQQ to be received by the tender portal at https://www.delta-esourcing.com/. Expressions of interest not submitted in the required format or containing all the requested information may be rejected. All communications shall be in English (or a full translation provided at no cost to the Authority). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation to Tender (ITT) will be a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The Authority does not bind itself to accept any tender and reserves the right to accept any part of any tender. No contract capable of acceptance will be created between The Authority and any party until a contract is executed between The Authority and the selected providers. Applicants are liable for all of their own costs in participating in this process.The 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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Epping:-Repair-and-maintenance-services-of-boilers./92RN5733VA

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/92RN5733VA
GO-20141022-PRO-6108262 TKR-20141022-PRO-6108261
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: www.hmcourtsservice. gov.uk

      Body responsible for mediation procedures:
               Centre for Effective Dispute Resolution (CEDR)
         70 Fleet Street, London, EC4Y 1EU, United Kingdom
         Tel. +44 2075366000, Email: info@cedr.com, URL: www.cedr.com

      VI.4.2)Lodging of appeals: In accordance with Regulation 32 and 32A of the Public Contracts Regulations 2006 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with an “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operator and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2006 (as amended). Any such proceedings must be brought in the High Court of England & Wales.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Cabinet Office
      70 Whitehall, London, SW1A 2AS, United Kingdom
      Tel. +44 2072761234, URL: www.cabinetoffice.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 22/10/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Epping: Repair and maintenance services of boilers.

Section I: Contracting Authority
   Title: UK-Epping: Repair and maintenance services of boilers.
   I.1)Name, Addresses and Contact Point(s):
      Epping Forest District Council
      Civic Offices, High Street, Epping, CM16 4BZ, United Kingdom
      Tel. +44 1992564000, Email: contactus@eppingforestdc.gov.uk, URL: http://www.eppingforestdc.gov.uk/
      Electronic Access URL: https://www.delta-esourcing.com/
      Electronic Submission URL: https://www.delta-esourcing.com/

   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
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Epping Forest District Council - Gas Servicing & Maintenance Contracts      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 1
         
         Region Codes: UKH3 - Essex         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Repair and maintenance services of boilers. Gas appliance maintenance services. Repair and maintenance services of electrical and mechanical building installations. Call centre. The provision of comprehensive servicing, repairs and maintenance services of domestic gas fired appliances, servicing and maintenance of renewable energy installations and MVHR installation; the provision of an emergency out of hours service. The contract also includes for the provision of 'call-centre' services in managing gas appliance repairs. The contract will be a long term partnering contract under the Term Partnering Contact TPC2005 (amended 2008) for a maximum period of 10 years, subject to periodic performance reviews (annually) and a formal interim review after 5 years. Applicants may bid for one or both lots and the Authority may award both lots to the same applicant. The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply to the contract. It is the responsibility of Applicants to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.
      II.1.5)Common procurement vocabulary:
         50531100 - Repair and maintenance services of boilers.
         50531200 - Gas appliance maintenance services.
         50710000 - Repair and maintenance services of electrical and mechanical building installations.
         79512000 - Call centre.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Lowest offer: 1,272,520 /Highest offer: 2,066,140
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 60
         Cost - 40
         
      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: T10237         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 1
      Lot Number: 1
      Title: North
      Lot Number: 2
      Title: South

      V.1)Date Of Contract Award: 01/12/2015      
      V.2) Information About Offers
         Number Of Offers Received: 4          
         Number Of Offers Received By Electronic Means: 4       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Gracelands CMS
         Postal address: E6 The Seedbed Centre, Langston Road
         Town: Loughton
         Postal code: IG10 3TQ
         Country: United Kingdom
         Email: enquiries@gracelandscms.co.uk
         Telephone: +44 2085022250
      V.4)Information On Value Of Contract
         Total final value of the contract
            Lowest offer: 127,252.88 /Highest offer: 206,614.23
            Currency: GBP
         If annual or monthly value:
            Number of years: 10
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=178091534
GO-2016119-PRO-7599244 TKR-2016119-PRO-7599243   
   VI.3.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: www.hmcourtsservice. gov.uk

      Body responsible for mediation procedures:
         Centre for Effective Dispute Resolution (CEDR)
         70 Fleet Street, London, EC4Y 1EU, United Kingdom
         Tel. +44 2075366000, Email: info@cedr.com, URL: www.cedr.com
   VI.3.2)Lodging of appeals: In accordance with Regulation 32 and 32A of the Public Contracts Regulations 2006 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with an “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operator and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2006 (as amended). Any such proceedings must be brought in the High Court of England & Wales.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Cabinet Office
      70 Whitehall, London, SW1A 2AS, United Kingdom
      Tel. +44 2072761234, URL: www.cabinetoffice.gov.uk
   
   VI.4)Date Of Dispatch Of This Notice: 19/01/2016