Homes for Haringey Ltd: Planned Preventative and Responsive Maintenance for IRS and TV Aerial Systems

  Homes for Haringey Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Planned Preventative and Responsive Maintenance for IRS and TV Aerial Systems
Notice type: Contract Notice
Authority: Homes for Haringey Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Homes for Haringey Limited (HfH) is an arms-length management organisation wholly owned by the London Borough of Haringey and manages more than 21,000 tenanted and leasehold council owned properties. HfH is seeking expressions of interest from suitably qualified and experienced contractors to enter into a contract for the provision of a programme of planned preventative and responsive maintenance services for IRS and TV Aerial system in the council’s residential properties. The scope of the contracts may include upgrading monitoring equipment in some of the older systems. The programme is divided into two Lots. Lot 1 (Area A) will cover the geographical areas of Wood Green and Hornsey, with 233 IRS and TV Aerials sites. Lot 2 (Area B) will cover the geographical areas of North Tottenham, with 352 IRS and TV Aerial sites. Applicants will be able to tender for both Lots but each Lot will be awarded to a separate provider. For each Lot, the services will comprise: (a) undertaking annual maintenance inspections of all IRS and TV Aerial system in accordance with manufacture’s instructions for each installation and carry out repairs, as instructed by the contracting authority in response to the planned preventative maintenance inspection reports; and (b) undertaking responsive repairs to IRS and TV Aerial system within a four hour and 24 hour response time depending on the priority stated by the Employer; as instructed by the contracting authority. The contract for each Lot will be in the form of a JCT 2011 Measured Term Contract with bespoke amendments. Full details will be provided in the tender documents. Each contract will have an initial term of 5 years, with an option at the Authority's sole discretion to extend for a 6th year and a further option at the Authority's sole discretion to extend for a 7th year, in each case subject to the successful contractors performing satisfactorily against KPIs. The Authority has a duty to deliver best value and performance improvement in accordance with the UK-Local Government Act 1999 and the UK-Audit Commission Act 1998 and will require the successful contractors to demonstrate best value throughout the term of the contracts.
Published: 23/02/2015 14:28
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-London: Television aerials.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Homes for Haringey Ltd
      9th Floor, Alexandra House, 10 Station Road, London, N22 7TR, United Kingdom
      Tel. +44 2084893640, Email: procurement@homesforharingey.org, URL: http://www.homesforharingey.org/, URL: http://homesforharingey.g2b.info/
      Attn: Sophie Uddin

      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:
      Body governed by public law

   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: Planned Preventative and Responsive Maintenance for IRS and TV Aerial Systems
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKI21 - Outer London - East and North East         
      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:
      Television aerials. Repair and maintenance services. Repair and maintenance services of electrical building installations. Homes for Haringey Limited (HfH) is an arms-length management organisation wholly owned by the London Borough of Haringey and manages more than 21,000 tenanted and leasehold council owned properties. HfH is seeking expressions of interest from suitably qualified and experienced contractors to enter into a contract for the provision of a programme of planned preventative and responsive maintenance services for IRS and TV Aerial system in the council’s residential properties. The scope of the contracts may include upgrading monitoring equipment in some of the older systems. The programme is divided into two Lots. Lot 1 (Area A) will cover the geographical areas of Wood Green and Hornsey, with 233 IRS and TV Aerials sites. Lot 2 (Area B) will cover the geographical areas of North Tottenham, with 352 IRS and TV Aerial sites. Applicants will be able to tender for both Lots but each Lot will be awarded to a separate provider. For each Lot, the services will comprise: (a) undertaking annual maintenance inspections of all IRS and TV Aerial system in accordance with manufacture’s instructions for each installation and carry out repairs, as instructed by the contracting authority in response to the planned preventative maintenance inspection reports; and (b) undertaking responsive repairs to IRS and TV Aerial system within a four hour and 24 hour response time depending on the priority stated by the Employer; as instructed by the contracting authority. The contract for each Lot will be in the form of a JCT 2011 Measured Term Contract with bespoke amendments. Full details will be provided in the tender documents. Each contract will have an initial term of 5 years, with an option at the Authority's sole discretion to extend for a 6th year and a further option at the Authority's sole discretion to extend for a 7th year, in each case subject to the successful contractors performing satisfactorily against KPIs. The Authority has a duty to deliver best value and performance improvement in accordance with the UK-Local Government Act 1999 and the UK-Audit Commission Act 1998 and will require the successful contractors to demonstrate best value throughout the term of the contracts.
         
      II.1.6)Common Procurement Vocabulary:
         32324400 - Television aerials.
         
         50000000 - Repair and maintenance services.
         
         50711000 - Repair and maintenance services of electrical building installations.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      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:
      Lot 1 has an estimated annual value of £85,000 ex VAT for each year of the contract. The total estimated value for Lot 1, including the two optional extensions, is £595,000 ex VAT. Lot 2 has an estimated annual value of £132,000 ex VAT for each year of the contract. The total estimated value for Lot 2, including the two optional extensions, is £924,000 ex VAT. Therefore the total estimated value of the contracts, including all optional extensions, is £1,519,000 ex VAT.         
         Estimated value excluding VAT: 1,519,000
         Currency: GBP
                        
      
      II.2.2)Options: Yes
         If yes, description of these options: The contract for each lot may be extended at the Authority's sole discretion 2 times for a period of 1 year.       
      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: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 84 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Lot 1 (Area A) Planned Preventative Maintenance for IRS and TV Aerial system West

      1)Short Description:      
      Lot 1(Area A): West of Borough - will cover the geographical areas of Wood Green and Hornsey, with 233 IRS and TV Aerial sites. The services will comprise of (a) undertaking annual maintenance inspections of all IRS and TV Aerial system in accordance with manufacture’s instructions for each installation and carry out repairs, as instructed by the contracting authority in response to the planned preventative maintenance inspection reports; and (b) undertaking responsive repairs to IRS and TV Aerial system within a four hour and 24 hour response time depending on the priority stated by the Employer; as instructed by the contracting authority.

      2)Common Procurement Vocabulary:
         32324400 - Television aerials.
                  50711000 - Repair and maintenance services of electrical building installations.
                  50000000 - Repair and maintenance services.
         
      3)Quantity Or Scope:      
      Lot 1 has an estimated annual value of £85,000 ex VAT for each year of the contract. The total estimated value for Lot 1, including the two optional extensions, is £595,000 ex VAT.            
         If known, estimated cost of works excluding VAT: 595,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            The Authority reserves the right not to award a contract or to award a contract for part or parts of the programme advertised pursuant to this Notice.      
      Lot No: 2
      Title: Lot 2 (Area B) – Planned Preventative Maintenance for IRS and TV Aerial system East

      1)Short Description:      
      Lot 2(Area B): East of Borough - will cover the geographical areas of North Tottenham and South Tottenham, with 352 IRS and TV Aerial sites. The services will comprise of (a) undertaking annual maintenance inspections of all IRS and TV Aerial system in accordance with manufacture’s instructions for each installation and carry out repairs, as instructed by the contracting authority in response to the planned preventative maintenance inspection reports; and (b) undertaking responsive repairs to IRS and TV Aerial system within a four hour and 24 hour response time depending on the priority stated by the Employer; as instructed by the contracting authority.

      2)Common Procurement Vocabulary:
         32324400 - Television aerials.
                  50000000 - Repair and maintenance services.
                  50711000 - Repair and maintenance services of electrical building installations.
         
      3)Quantity Or Scope:      
      Lot 2 has an estimated annual value of £132,000 ex VAT for each year of the contract. The total estimated value for Lot 2, including the two optional extensions, is £924,000 ex VAT.            
         If known, estimated cost of works excluding VAT: 924,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            The Authority reserves the right not to award a contract or to award a contract for part or parts of the programme advertised pursuant to this Notice.         
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Details of any deposits or guarantees by the Authority will be set out in the contract documents.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Details of any financial conditions or payment arrangements by the Authority will be set out in the contract documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability in the event of consortium bid.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with EU Directive 2004/18/EC. The PQQ is available from Delta e-sourcing tool and must be returned by the date stipulated in section IV.3.4 via uploading to Delta e-sourcing portal.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with EU Directive 2004/18/EC. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Television-aerials./76N6Y2K7WDTo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/76N6Y2K7WD         
         Minimum Level(s) of standards possibly required:
         As stated in the PQQ.
      
      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 EU Directive 2004/18/EC. For more information about this opportunity please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Television-aerials./76N6Y2K7WD      
      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: No
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   
   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: Tender 36      
      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: 01/04/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 01/05/2015      
      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, and the contract will be awarded on the basis of the most economically advantageous tender. The Authority reserves the right not to award a contract or to award a contract for part or parts of the programme advertised pursuant to this Notice. Applicants are permitted to bid for both Lots but cannot be awarded more than one lot each.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Television-aerials./76N6Y2K7WD

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/76N6Y2K7WD
GO-2015223-PRO-6388438 TKR-2015223-PRO-6388437
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      High Court of England and Wales
      The Strand, London, SW1A 2AS, United Kingdom

      Body responsible for mediation procedures:
               High Court of England and Wales
         Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom

      VI.4.2)Lodging of appeals: In accordance with Regulation 32 (Information about Contract Award Procedures), Regulation 32A (Standstill Period), Regulation 47 and Regulations 47D to 47N (inclusive) of the Public Contracts Regulations 2006 (as amended).   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Cabinet Office
      70 Whitehall, London, SW1A 2AS, United Kingdom

   VI.5) Date Of Dispatch Of This Notice: 23/02/2015

ANNEX A

View any Notice Addenda

View Award Notice