loading
  • GB-SG6 2WW Letchworth Garden City
  • 07.05.2018
  • Ausschreibung
  • (ID 2-296263)

Routine Servicing and Professional Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 07.05.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Vermessung / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Projektsteuerung / Technische Ausrüstung / Altlastensanierung
    Sprache Englisch
    Aufgabe
    North Hertfordshire Homes Limited ("the Authority") wishes to appoint suitably qualified and experienced service providers to enter into a series of 5-year contracts for the routine servicing and repair of various items installed in residential housing and flatted blocks owned by the Authority, and the provision of professional services to support the Authority in the delivery of these and other asset management programmes, comprising:
    Lot 1 — Servicing, Maintenance and repair of fire fighting equipment, Emergency lighting, Lightning conductors, Door entry/automatic gates/barriers and CCTV.
    Lot 2 — Asbestos surveys.
    Lot 3 — Asbestos removal.
    Lot 4 — Professional services including CDM Principal designer, assistance in surveying, site investigation, site supervision, project management and quality assurance services.
    Leistungsumfang
    North Hertfordshire Homes Limited ("the Authority") is a housing association based in Hertfordshire and Bedfordshire which owns and controls approximately 10 000 residential properties.
    The Authority wishes to appoint suitable qualified and experienced service provider to deliver the following contract:
    Lot 4 – Professional and quality assurance.
    The Authority intends to enter into a form of TPC 2005 Term partnering contract with bespoke amendments with the successful tenderer. The Contract will be for an initial term of 1 year with an option at the Client's sole discretion for extend for a further period of 4 years, giving a total term of 5 years subject to satisfactory performance by the Service provider.
    The estimated value of the Contract is:
    Lot 4 = GPB 750000 ex VAT.
    The Authority now invites expressions of interest from suitably qualified and experienced service providers. Each Applicant will only be allowed to bid for one Lot. The procurement will be run as an Open procedure exercise. Applicants will be required to submit (1) suitability questions to assess their past experience, financial robustness and technical ability to determine whether they are suitable for this contract; and (2) their responses to a tender document setting out their method statements and tendered prices for undertaking the relevant services for the particular Lot. Tenderers are required to submit responses for both parts together. The Authority and their advisers will review and assess the responses to the suitability questions. Applicants who pass the evaluation criteria and minimum standards in relation to the suitability questions (as set out in the procurement documents) will have their tender responses evaluated. The Authority intends to award contracts to the service providers who submit the most economically advantageous tender for each Lot, in accordance with the award criteria set out in the procurement documents.
    Detailed descriptions of the services required for each Lot are set out in the tender documents.
    Adresse des Bauherren UK-SG6 2WW Letchworth Garden City
    TED Dokumenten-Nr. 124003-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Letchworth Garden: Firefighting, rescue and safety equipment

      2018/S 056-124003

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      North Hertfordshire Homes Limited
      Rowan House, Avenue one
      Letchworth Garden City
      SG6 2WW
      United Kingdom
      Telephone: +44 1462474719
      E-mail: MjE3UltUZVRbUF1THVZeYVNeXS9dV1cdXmFWHWRa
      NUTS code: UKH2

      Internet address(es):

      Main address: https://www.nhh.org.uk

      Address of the buyer profile: www.nhh.org.uk

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.delta-esourcing.com
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.delta-esourcing.com
      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:

       

      Routine Servicing and Professional Services

       

      Reference number: 308401189
      II.1.2)Main CPV code
      35110000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      North Hertfordshire Homes Limited ("the Authority") wishes to appoint suitably qualified and experienced service providers to enter into a series of 5-year contracts for the routine servicing and repair of various items installed in residential housing and flatted blocks owned by the Authority, and the provision of professional services to support the Authority in the delivery of these and other asset management programmes, comprising:

      Lot 1 — Servicing, Maintenance and repair of fire fighting equipment, Emergency lighting, Lightning conductors, Door entry/automatic gates/barriers and CCTV.

      Lot 2 — Asbestos surveys.

      Lot 3 — Asbestos removal.

      Lot 4 — Professional services including CDM Principal designer, assistance in surveying, site investigation, site supervision, project management and quality assurance services.

       

      II.1.5)Estimated total value
      Value excluding VAT: 3 850 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for one lot only
      Maximum number of lots that may be awarded to one tenderer: 1
      II.2)Description
      II.2.1)Title:

       

      Lot 1 – Servicing, Maintenance and repair of fire fighting equipment, Emergency lighting, Lightning conductors, Door entry/automatic gates/barriers and CCTV.

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      50413200
      24951210
      24951220
      24951230
      31625100
      31625200
      35111200
      35111300
      35111310
      35111320
      35111400
      35111500
      35111510
      35111520
      44221220
      44480000
      44482000
      44482100
      39525400
      45312100
      45343000
      45343100
      45343200
      45343210
      45343220
      45343230
      51700000
      31500000
      31518200
      31527260
      92222000
      44221310
      45421148
      34928300
      II.2.3)Place of performance
      NUTS code: UKH2
      Main site or place of performance:

       

      Bedfordshire and Hertfordshire.

       

      II.2.4)Description of the procurement:

       

      North Hertfordshire Homes Limited ("the Authority") is a housing association based in Hertfordshire and Bedfordshire which owns and controls approximately 10 000 residential properties.

      The Authority wishes to appoint suitable qualified and experienced service provider to deliver the following contract:

      Lot 1 — Servicing, Maintenance and repair of fire fighting equipment, Emergency lighting, Lightning conductors, Door entry/automatic gates/barriers and CCTV.

      The Authority intends to enter into a form of TPC 2005 Term partnering contract with bespoke amendments with the successful tenderer. The contract will be for an initial term of 1 year with an option at the Client's sole discretion for extend for a further period of 4 years, giving a total term of 5 years subject to satisfactory performance by the Service provider.

      The estimated value of the Contract is:

      Lot 1 = GPB 2 250 000 ex VAT.

      The Authority now invites expressions of interest from suitably qualified and experienced service providers. Each applicant will only be allowed to bid for one Lot. The procurement will be run as an Open procedure exercise. Applicants will be required to submit (1) suitability questions to assess their past experience, financial robustness and technical ability to determine whether they are suitable for this contract; and (2) their responses to a tender document setting out their method statements and tendered prices for undertaking the relevant services for the particular Lot. Tenderers are required to submit responses for both parts together. The Authority and their advisers will review and assess the responses to the suitability questions. Applicants who pass the evaluation criteria and minimum standards in relation to the suitability questions (as set out in the procurement documents) will have their tender responses evaluated. The Authority intends to award contracts to the service providers who submit the most economically advantageous tender for each Lot, in accordance with the award criteria set out in the procurement documents.

      Detailed descriptions of the services required for each Lot are set out in the tender documents.

       

      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: 2 250 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: no
      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
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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
      II.2)Description
      II.2.1)Title:

       

      Asbestos surveys

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      90650000
      II.2.3)Place of performance
      NUTS code: UKH2
      Main site or place of performance:

       

      Bedfordshire and Hertfordshire.

       

      II.2.4)Description of the procurement:

       

      North Hertfordshire Homes Limited ("the Authority") is a housing association based in Hertfordshire and Bedfordshire which owns and controls approximately 10 000 residential properties.

      The Authority wishes to appoint suitable qualified and experienced service provider to deliver the following contract:

      Lot 2 – Asbestos surveys.

      The Authority intends to enter into a form of TPC 2005 Term partnering contract with bespoke amendments with the successful tenderer. The Contract will be for an initial term of 1 year with an option at the Client's sole discretion for extend for a further period of 4 years, giving a total term of 5 years subject to satisfactory performance by the Service provider.

      The estimated value of the Contract is:

      Lot 2 = GPB 350000 ex VAT.

      The Authority now invites expressions of interest from suitably qualified and experienced service providers. Each applicant will only be allowed to bid for one Lot. The procurement will be run as an Open procedure exercise. Applicants will be required to submit (1) suitability questions to assess their past experience, financial robustness and technical ability to determine whether they are suitable for this contract; and (2) their responses to a tender document setting out their method statements and tendered prices for undertaking the relevant services for the particular Lot. Tenderers are required to submit responses for both parts together. The Authority and their advisers will review and assess the responses to the suitability questions. Applicants who pass the evaluation criteria and minimum standards in relation to the suitability questions (as set out in the procurement documents) will have their tender responses evaluated. The Authority intends to award contracts to the service providers who submit the most economically advantageous tender for each Lot, in accordance with the award criteria set out in the procurement documents.

      Detailed descriptions of the services required for each Lot are set out in the tender documents.

       

      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: 350 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: no
      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
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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
      II.2)Description
      II.2.1)Title:

       

      Asbestos removal

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      45262660
      II.2.3)Place of performance
      NUTS code: UKH2
      Main site or place of performance:

       

      Bedfordshire and Hertfordshire.

       

      II.2.4)Description of the procurement:

       

      North Hertfordshire Homes Limited ("the Authority") is a housing association based in Hertfordshire and Bedfordshire which owns and controls approximately 10 000 residential properties.

      The Authority wishes to appoint suitable qualified and experienced service provider to deliver the following contract:

      Lot 3 – Asbestos removal.

      The Authority intends to enter into a form of TPC 2005 Term partnering contract with bespoke amendments with the successful tenderer. The contract will be for an initial term of 1 year with an option at the Client's sole discretion for extend for a further period of 4 years, giving a total term of 5 years subject to satisfactory performance by the Service provider.

      The estimated value of the Contract is:

      Lot 3 = GPB 500000 ex VAT.

      The Authority now invites expressions of interest from suitably qualified and experienced service providers. Each Applicant will only be allowed to bid for one Lot. The procurement will be run as an Open Procedure exercise. Applicants will be required to submit (1) suitability questions to assess their past experience, financial robustness and technical ability to determine whether they are suitable for this contract; and (2) their responses to a tender document setting out their method statements and tendered prices for undertaking the relevant services for the particular Lot. Tenderers are required to submit responses for both parts together. The Authority and their advisers will review and assess the responses to the suitability questions. Applicants who pass the evaluation criteria and minimum standards in relation to the suitability questions (as set out in the procurement documents) will have their tender responses evaluated. The Authority intends to award contracts to the service providers who submit the most economically advantageous tender for each Lot, in accordance with the award criteria set out in the procurement documents.

      Detailed descriptions of the services required for each Lot are set out in the tender documents.

       

      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: 500 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: no
      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
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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
      II.2)Description
      II.2.1)Title:

       

      Professional and quality assurance

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71530000
      71540000
      71541000
      71510000
      71355000
      71520000
      71521000
      71410000
      II.2.3)Place of performance
      NUTS code: UKH2
      Main site or place of performance:

       

      Bedfordshire and Hertfordshire.

       

      II.2.4)Description of the procurement:

       

      North Hertfordshire Homes Limited ("the Authority") is a housing association based in Hertfordshire and Bedfordshire which owns and controls approximately 10 000 residential properties.

      The Authority wishes to appoint suitable qualified and experienced service provider to deliver the following contract:

      Lot 4 – Professional and quality assurance.

      The Authority intends to enter into a form of TPC 2005 Term partnering contract with bespoke amendments with the successful tenderer. The Contract will be for an initial term of 1 year with an option at the Client's sole discretion for extend for a further period of 4 years, giving a total term of 5 years subject to satisfactory performance by the Service provider.

      The estimated value of the Contract is:

      Lot 4 = GPB 750000 ex VAT.

      The Authority now invites expressions of interest from suitably qualified and experienced service providers. Each Applicant will only be allowed to bid for one Lot. The procurement will be run as an Open procedure exercise. Applicants will be required to submit (1) suitability questions to assess their past experience, financial robustness and technical ability to determine whether they are suitable for this contract; and (2) their responses to a tender document setting out their method statements and tendered prices for undertaking the relevant services for the particular Lot. Tenderers are required to submit responses for both parts together. The Authority and their advisers will review and assess the responses to the suitability questions. Applicants who pass the evaluation criteria and minimum standards in relation to the suitability questions (as set out in the procurement documents) will have their tender responses evaluated. The Authority intends to award contracts to the service providers who submit the most economically advantageous tender for each Lot, in accordance with the award criteria set out in the procurement documents.

      Detailed descriptions of the services required for each Lot are set out in the tender documents.

       

      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: 750 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: no
      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
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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

      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 series of suitability questions to assess past experience, financial robustness and technical ability consistent with the requirements of the Public Contracts Regulations 2015. Details of the suitability questions will be set out in the procurement documents. In particular, all Applicants will be required to provide:

      1. a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this Contract Notice.

      2. statements of accounts or extracts from those accounts relating to their business.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      Lot 1 - Servicing, maintenance and replacement of fire fighting equipment, Emergency Lighting, Lightning conductors, Door entry/automatic gates/barriers and CCTV — As part of the financial assessment and in order to ensure bids are financially viable, the Authority requires a minimum average annual turnover over the last 2 years of GBP 900 000 + VAT. If your organisation has an average annual turnover of less than GBP 900 000 + VAT, you will not be eligible to bid.

      Lot 2 – Asbestos surveys and testing — As part of the financial assessment and in order to ensure bids are financially viable, the Authority requires a minimum average annual turnover over the last 2 years of GBP 140 000 + VAT. If your organisation has an average annual turnover of less than GBP 140 000 + VAT, you will not be eligible to bid.

      Lot 3 — Asbestos removal — As part of the financial assessment and in order to ensure bids are financially viable, the Authority requires a minimum average annual turnover over the last two years of GBP 200 000 + VAT. If your organisation has an average annual turnover of less than GBP 200 000 + VAT you will not be eligible to bid.

      Lot 4 – Professional and quality — As part of the financial assessment and in order to ensure bids are financially viable, the Authority requires a minimum average annual turnover over the last 2 years of GBP 300 000 + VAT. If your organisation has an average annual turnover of less than GBP 300 000 + VAT you will not be eligible to bid.

       

      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:

       

      The appointed service providers and their supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations.

       

      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
      Open procedure
      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: yes
      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: 07/05/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 07/05/2018
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      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.

      The Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the Programme at its sole discretion. The Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any Applicant before signature of any contract with the Authority shall be incurred entirely at that Applicant's risk.

      For more information about this opportunity, please visit the Delta eSourcing portal at:

      https://www.delta-esourcing.com/tenders/UK-UK-Letchworth-Garden-City:-Firefighting%2C-rescue-and-safety-equipment./89PQ4JGNW5

      To respond to this opportunity, please click here:

      https://www.delta-esourcing.com/respond/89PQ4JGNW5

      GO Reference: GO-2018319-PRO-12095804.

       

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

       

      The Authority 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.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      Cabinet Offcie
      70 Whitehall
      London
      SW1A 2AS
      United Kingdom
      VI.5)Date of dispatch of this notice:
      19/03/2018
    © 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 21.03.2018
Zuletzt aktualisiert 21.03.2018
Wettbewerbs-ID 2-296263 Status Kostenpflichtig
Seitenaufrufe 48