Section I: Contracting authority
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 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.2.2)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.2.2)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