Thurrock Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Electrical Services (PS/2015/067) |
Notice type: | Contract Notice |
Authority: | Thurrock Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Thurrock Council has a housing stock of over 10,000 properties and is looking for a single service provider to deliver electrical service testing within individual properties and communal blocks. The Contract also includes the replacement of heat recovery ventilation systems and/or a substitute technology |
Published: | 16/10/2015 12:19 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk, URL: http://thurrock.g2b.info
Attn: Procurement Services
Electronic Access URL: www.thurrock.gov.uk/contract-opportunities-with-other-organisations/new-contract-opportunities
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Electrical Services (PS/2015/067)
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1
Region Codes: UKH32 - Thurrock
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Mechanical and electrical engineering services. Thurrock Council has a housing stock of over 10,000 properties and is looking for a single service provider to deliver electrical service testing within individual properties and communal blocks. The Contract also includes the replacement of heat recovery ventilation systems and/or a substitute technology
II.1.6)Common Procurement Vocabulary:
71334000 - Mechanical and electrical engineering services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Minimum Value - £988,316 (three years testing/servicing and remedial works plus year one replacement
programme for heat recovery ventilation systems)
Maximum Value - £2,192,194 (five years testing/servicing and remedial works plus five year replacement
programme for heat recovery ventilation systems)
Estimated value excluding VAT:
Range between: 988,000 and 2,192,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Performance bonds, warranties, deposits and/or parent company guarantees may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of the financing conditions and payment arrangements will be set out in the Contract documentation and
the Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of organisations submitting an acceptable offer, it will be necessary for them to provide
an undertaking that each company shall be jointly and severally responsible for the due performance of the
contract entered into with Thurrock Council.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Applicants who satisfy any of the criteria for rejection as set out in Regulation 57, Public Contracts Regulations
2015 shall be treated as ineligible. Applicants may be requested to provide such evidence as is reasonably
necessary to allow Thurrock Council to establish that the aforementioned criteria do not apply to them.
The successful operators will be required to actively participate in working collaboratively to promote continuous
improvement and in the achievement of social, employment and environmental policy objectives. Accordingly,
contract performance conditions may be included in the contract documents.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
The information and formalities set-out in Articles 57 to 58 of Directive 2014/24/EU and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the pre qualification questionnaire.
The pre qualification questionnaire must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.3.4 of this contract notice.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
The information and formalities set-out in Articles 57 to 58 of Directive 2014/24/EU and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the pre qualification questionnaire.
Minimum Level(s) of standards possibly required:
Please refer to the pre qualification documentation.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
The information and formalities set-out in Articles 57 to 58 of Directive 2014/24/EU and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the pre qualification questionnaire.
The pre qualification questionnaire must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.3.4 of this contract notice.
Minimum Level(s) of standards possibly required:
Please refer to the pre qualification documentation.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
A minimum of five (subject to the number of responses received) and maximum of the eight highest scoring applicants will be shortlisted and invited to tender.
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: PS/2015/067
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 10/11/2015
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 16/11/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 03/12/2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Thurrock:-Mechanical-and-electrical-engineering-services./3U938Z4W5S
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3U938Z4W5S
GO-20151016-PRO-7200240 TKR-20151016-PRO-7200239
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
Body responsible for mediation procedures:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
VI.5) Date Of Dispatch Of This Notice: 16/10/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
Main Address: http://www.thurrock.gov.uk, Address of the buyer profile: http://thurrock.g2b.info
NUTS Code: UKH32
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Electrical Services (PS/2015/067)
Reference number: Not Provided
II.1.2) Main CPV code:
71334000 - Mechanical and electrical engineering services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Thurrock Council has a housing stock of over 10,000 properties and is looking for a single service provider to deliver electrical service testing within individual properties and communal blocks. The Contract also includes the replacement of heat recovery ventilation systems and/or a substitute technology
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,000,000
Currency:GBP
II.2) Description
II.2.1) Title: Not Provided
Lot No: Not Provided
II.2.2) Additional CPV code(s):
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance
Nuts code:
UKH32 - Thurrock
Main site or place of performance:
Thurrock
II.2.4) Description of the procurement: Thurrock Council have appointed a qualified and experienced service provider for the provision of electrical services and associated remedial works. Thurrock Council has a housing stock of over 10,000 properties; the resulting contract will cover the general needs housing, sheltered and supported housing owned by the Council which includes dwelling of various types consisting of: houses, flats, maisonettes, tower blocks and sheltered housing schemes. The Council also reserves the right to extend the contract to include corporate buildings owned or managed by the Council. The Council will utilise a JCT Measured Term Contract (2011 Edition) with amendments. The Contract will be let on an initial three year term from March 2016 with the option in year three to extend for a further two years in any combination.
II.2.5) Award criteria:
Quality criterion - Name: Quality Criteria / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.8) Information about termination of dynamic purchasing system
The notice involves the termination of the dynamic purchasing system published by the above contract notice: No
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: PS/2015/067
Lot Number: 1
Title: Electrical Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/02/2016
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Oakray Limited
I Warner House, The Harrovian Business Village,, Bessborough Road, Harrow, HA1 3EX, United Kingdom
NUTS Code: UKH32
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 200,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=196812259
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Internet address: http://www.thurrock.gov.uk
VI.4.2) Body responsible for mediation procedures
Thurrock Council
Grays, United Kingdom
Internet address: http://www.thurrock.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Thurrock Council has incorporated a standstill period at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. The standstill period which was for a minimum of 10 calendar days, provided time for unsuccessful tenderers to challenge the award decision before the contract was entered into. The Public Procurement Regulations 2015 (S! 2015 no 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Island.
VI.4.4) Service from which information about the review procedure may be obtained
Thurrock Council
Procurement Services, Civic Offices, New Road, Grays, RM17 6SL, United Kingdom
Internet address: http://www.thurrock.gov.uk
VI.5) Date of dispatch of this notice: 30/03/2016