loading
  • GB-SE1 9BB London
  • 12.04.2017
  • Ausschreibung
  • (ID 2-258872)

Wandle Managed Service


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 12.04.2017, 12:00 Bewerbungsschluss
    Verfahren Wettbewerblicher Dialog
    Teilnehmer Gewünschte Teilnehmerzahl: min. 6 - max. 6
    Gebäudetyp Wohnungsbau
    Art der Leistung Bauleistung / Objektplanung Gebäude / Objektplanung Innenräume / Bauleitung, Objektüberwachung / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    A maximum 8-year bespoke form of Contract for a Managed Service Provider to provide management, ICT and infrastructure support to Wandle's DLO in delivering responsive repairs and void works. The Managed Service Provider will be directly responsible for delivering sub-contracted works, fleet and associated services plus the supply of materials as part of its scope of service. Over the term of the Contract Wandle is keen to explore the possibility of extending the scope of the Managed Service to include (for example) planned works, cyclical works and estate services such as grounds maintenance and cleaning.
    Leistungsumfang
    Wandle is seeking expressions of interest from suitably qualified and experienced service providers to enter into a Managed Service Agreement for the provision of management, ICT and infrastructure support to its in-house DLO, primarily for the delivery of responsive repairs and void works. As part of its role, the Managed Service Provider will be directly responsible for the procurement, management and delivery of suitable supply chain members for delivering sub-contracted works, fleet and associated services plus the provision of materials.
    The contract will be a bespoke form of contract which will run for a maximum term of 8 years and be subject to prescribed service targets. The maximum anticipated value of the contract excluding VAT is circa 33 000 000 GBP over 8 years.
    Over the term of the Agreement, Wandle is keen to explore the possibility of extending the scope of the Managed Service to manage works and services such as planned works, cyclical works, cleaning and grounds maintenance.
    Adresse des Bauherren UK-SE1 9BB London
    TED Dokumenten-Nr. 94229-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Repair and maintenance services of building installations

      2017/S 051-094229

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Wandle Housing Association Limited
      19225R
      Second Floor, Minerva House
      London
      SE1 9BB
      United Kingdom
      Contact person: Fiona Lowe
      Telephone: +44 7903788645
      E-mail: MjEzalRhV19YM1hWW1hfYmFWYmFmaF9nVGFWbCFWYiFoXg==
      NUTS code: UKI

      Internet address(es):

      Main address: www.wandle.com

      Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=19400&B=ECHELON
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=19400&B=ECHELON
      Tenders or requests to participate must be submitted to the abovementioned address
      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:

       

      Wandle Managed Service.

       

      Reference number: Ech 787
      II.1.2)Main CPV code
      50700000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      A maximum 8-year bespoke form of Contract for a Managed Service Provider to provide management, ICT and infrastructure support to Wandle's DLO in delivering responsive repairs and void works. The Managed Service Provider will be directly responsible for delivering sub-contracted works, fleet and associated services plus the supply of materials as part of its scope of service. Over the term of the Contract Wandle is keen to explore the possibility of extending the scope of the Managed Service to include (for example) planned works, cyclical works and estate services such as grounds maintenance and cleaning.

       

      II.1.5)Estimated total value
      Value excluding VAT: 33 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      39715000
      43300000
      43325100
      43800000
      44100000
      44111000
      44115000
      44115800
      44200000
      44300000
      44400000
      44500000
      44800000
      44900000
      45000000
      45100000
      45112720
      45112723
      45200000
      45210000
      45211000
      45211340
      45211350
      45261900
      45261910
      45262330
      45262700
      45262800
      45300000
      45400000
      45442110
      45452000
      45452100
      45500000
      48000000
      48800000
      50000000
      50111000
      50111100
      50111110
      50116100
      50710000
      51100000
      51110000
      51120000
      71221000
      71223000
      71247000
      71251000
      71315000
      71315210
      77314000
      79993000
      90600000
      90640000
      90650000
      90690000
      90900000
      90911200
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      London.

       

      II.2.4)Description of the procurement:

       

      Wandle is seeking expressions of interest from suitably qualified and experienced service providers to enter into a Managed Service Agreement for the provision of management, ICT and infrastructure support to its in-house DLO, primarily for the delivery of responsive repairs and void works. As part of its role, the Managed Service Provider will be directly responsible for the procurement, management and delivery of suitable supply chain members for delivering sub-contracted works, fleet and associated services plus the provision of materials.

      The contract will be a bespoke form of contract which will run for a maximum term of 8 years and be subject to prescribed service targets. The maximum anticipated value of the contract excluding VAT is circa 33 000 000 GBP over 8 years.

      Over the term of the Agreement, Wandle is keen to explore the possibility of extending the scope of the Managed Service to manage works and services such as planned works, cyclical works, cleaning and grounds maintenance.

       

      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: 33 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 6
      Objective criteria for choosing the limited number of candidates:

       

      6 Candidates will be invited to submit detailed solutions although the Contracting Authority reserves the right to increase the number of Candidates invited by 1 or 2 if the scores are closely placed at the cut off point at SQ evaluation stage.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      All criteria and exclusion grounds to be used to shortlist Candidates to be Invited to Submit Detailed Solutions are set out in the tender documents, available to download from the EU Supply portal.

       

      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:

       

      Applicants will be required to complete a pre-qualification Selection Questionnaire and return this electronically via the EU Supply portal by the specified deadline.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      Details 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

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Competitive dialogue
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 12/04/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 03/05/2017
      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
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      The contracting authority reserves the right to cancel the procurement and not to proceed with the long term Contract at any stage of the procurement process. The contracting authority also reserves the right not to award a contract. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this contract. Wandle will be providing an opportunity for all interested Service Providers to attend a briefing as set out in the Selection Questionnaire. The purpose of this briefing will be to provide an introduction to Wandle, as well as an overview of the procurement process and the objectives of the procurement exercise.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court of England and Wales
      The Strand
      London
      WC2A 2LL
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      High Court of England and Wales
      The Strand
      London
      WC2A 2LL
      United Kingdom
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Wandle will observe a standstill period following the award of the Contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).

       

      VI.4.4)Service from which information about the review procedure may be obtained
      Cabinet Office
      70 Whitehall
      London
      SW1A 2AS
      United Kingdom
      VI.5)Date of dispatch of this notice:
      13/03/2017

       

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 14.03.2017
Zuletzt aktualisiert 14.03.2017
Wettbewerbs-ID 2-258872 Status Kostenpflichtig
Seitenaufrufe 41