Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
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:
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