Clarity Procurement Solutions: Gas, Electrical and Water Hygiene Services

  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
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-Walsall: Repair and maintenance services of central heating.
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


View any Notice Addenda

View Award Notice