Section one: Contracting authority
one.1) Name and addresses
Westmorland and Furness Council
South Lakeland House, Lowther Street
Kendal
LA9 4DQ
Contact
Mrs Mandy Atkinson
procurement.mailbox@westmorlandandfurness.gov.uk
Country
United Kingdom
Region code
UKD1 - Cumbria
Internet address(es)
Main address
https://www.westmorlandandfurness.gov.uk/
Buyer's address
https://www.westmorlandandfurness.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Commercial Kitchen and Laundry Service Equipment Maintenance and Replacement
Reference number
DN758917
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Westmorland and Furness Council has a varied portfolio of buildings including 9 Care Homes and 5 Day Centres which contain a range of catering and laundry equipment which require compliant inspection and servicing and as required, breakdown maintenance and replacement.
In responding to this opportunity, Contractors confirm that they can comply with the relevant statutes and regulations current at the time of the selection process including as relevant, Gas Safety, Health & Safety, Control of Asbestos, COSHH, Electricity at Work, Manual Handling and Personal Protective Equipment.
Overall, this Contract shall achieve the delivery of statutory compliant, working equipment in Council buildings. A key deliverable will be a rapid response to emergency repairs where it is critical to the catering service operation. Achievement of the aims will generally be measured by the Contractors performance as set out in the ITT and Specification.
Currently there are approximately 14 sites using this service, this number may reduce as the Council continues a programme of consolidation/rationalisation of assets. All figures in this document are therefore indicative.
Further details of the Contract are included in the Invitation to Tender documents available via The Chest. All clarifications regarding the tender documents must be directed via the messages area of the project dashboard. Any queries regarding using The Chest - https://procontract.due-north.com - please use the support available from the home page.
The submission deadline is 5th February 2025 at 10.00 am.
two.1.5) Estimated total value
Value excluding VAT: £340,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
Commercial Kitchen and Laundry Service Equipment Maintenance and Replacement
Westmorland and Furness Council has a varied portfolio of buildings including 9 Care Homes and 5 Day Centres which contain a range of catering and laundry equipment which require compliant inspection and servicing and as required, breakdown maintenance and replacement.
In responding to this opportunity, Contractors confirm that they can comply with the relevant statutes and regulations current at the time of the selection process including as relevant, Gas Safety, Health & Safety, Control of Asbestos, COSHH, Electricity at Work, Manual Handling and Personal Protective Equipment.
Overall, this Contract shall achieve the delivery of statutory compliant, working equipment in Council buildings. A key deliverable will be a rapid response to emergency repairs where it is critical to the catering service operation. Achievement of the aims will generally be measured by the Contractors performance as set out in the ITT and Specification.
Currently there are approximately 14 sites using this service, this number may reduce as the Council continues a programme of consolidation/rationalisation of assets. All figures in this document are therefore indicative.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £340,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
The Authority proposes to enter into the contract for an initial 3 year period, with a further 12 month optional extension period at the absolute discretion of the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Suppliers wishing to express an interest and obtain access to the tender documents should go to www.the-chest.org.uk and click on current opportunities from the navigation area on the left of the screen. On the next screen enter the contract Reference (DN758917) in the box labelled 'contains' then click search. Click on the Blue link for the contract title to view the opportunity. To express an interest you will need to login. if you are not already registered on the www.the-chest.org.uk you will need to return to the home page and click on Register. Register FREE link in the navigation area on the left of the screen. Registration is free of charge and your username and password will be emailed to you.
Westmorland and Furness Council is fully supportive of all aspects of diversity including ethnicity, race, religion, age, disability and sexual orientation. In this respect Westmorland and Furness Council welcomes expressions of interest from ethnic minority, disabled and other diverse business communities and the voluntary sector. Economic operators are therefore required to fully comply with all statutory obligations/applicable legislation and there will be a requirement to participate in the Authority's supplier audits on all aspects of diversity.
The Contracting Authority expressly reserves the right: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates.
If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. The Contracting Authority reserve the right to use any electronic portal during the life of the agreement. The value provided in Section II.1.5 is only an estimate. We cannot guarantee to suppliers any business through this contract. Under this procurement the contractor is required to actively participate in the economic and social regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly contract performance conditions may relate in particular to social and environmental considerations
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 February 2025
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
5 February 2025
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of England
Strand
London
WC2A LL
Country
United Kingdom