Opportunity

SBC0221 Stevenage Borough Council Domestic and Communal Heating and Water Hygiene Contracts

  • Stevenage Borough Council

F02: Contract notice

Notice reference: 2021/S 000-003890

Published 26 February 2021, 11:31am



Section one: Contracting authority

one.1) Name and addresses

Stevenage Borough Council

Daneshill House, Danestrete

Stevenage

SG1 1HN

Contact

Corporate Procurement

Email

procurement@stevenage.gov.uk

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

www.stevenage.gov.uk

Buyer's address

www.supplyhertfordshire.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.supplyhertfordshire.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.supplyhertfordshire.uk

Tenders or requests to participate must be submitted to the above-mentioned address

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

SBC0221 Stevenage Borough Council Domestic and Communal Heating and Water Hygiene Contracts

Reference number

CCD00881/CCD00882/CCD00883

two.1.2) Main CPV code

  • 50720000 - Repair and maintenance services of central heating

two.1.3) Type of contract

Services

two.1.4) Short description

Stevenage Borough Council is seeking expressions of interest from suitable qualified and experienced service providers for the provision of heating and water hygiene services under three lots as follows:Lot 1 Domestic Heating Service and Maintenance plus ad-hoc installation worksLot 2 Communal Heating Servicing and Maintenance Lot 3 Water Hygiene Servicing and MaintenanceEach of the three contracts will be TPC 2005(as amended) for a maximum of eight years (4+2+2)SBC is following a two-stage Restricted process in accordance with the Public Contracts Regulations 2015. Full details of the Contracts, requirements and procurement process as included in the documents.The SQ stage virtual bidders day is being held on 11 March 2021, see SQ stage procurement documents for more detail.

two.1.5) Estimated total value

Value excluding VAT: £10,400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Organisations bidding for Lot 1 are not permitted to bid for or be awarded either of the other two lots. Organisations bidding for Lot 2 are permitted to bid for Lot 3 and vice-versa. Lots 2 and 3 may be awarded to a single service provider or to two separate service providers.

two.2) Description

two.2.1) Title

Lot 1 - Domestic Heating Servicing and Maintenance

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 79512000 - Call centre
  • 45232141 - Heating works
  • 90913100 - Tank-cleaning services
  • 71315300 - Building surveying services
  • 50700000 - Repair and maintenance services of building installations
  • 50514100 - Repair and maintenance services of tanks
  • 50721000 - Commissioning of heating installations
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 45331100 - Central-heating installation work
  • 45331000 - Heating, ventilation and air-conditioning installation work

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

Lot 1 comprises LGSR servicing, maintenance and remedial works to domestic heating systems across SBC's stock under a 3* rate plus ad hoc installation works. The contract will include a full call handling service both in and outside of working hours. This will be a TPC 2005 (as amended) contract for a maximum of 8 years (4 + 2 + 2). Organisations bidding for Lot 1 are not permitted to bid for any other Lot.SBC is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Following evaluation of submitted SQs, SBC anticipates shortlisting five bidders to be Invited to Tender for Lot 1. It reserves the right to increase this by 1 or 2 bidders up to a maximum of 7, should scores be very closely placed around the cut-off point. Following evaluation of Tenders under the second stage of the process, SBC intends to award the Contract to a single Service Provider. Full details of the Contract and its requirements are included in the procurement and Tender documents, available to download from the Supply Hertfordshire portal

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £9,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for an initial period of four years with the option to extend by up to two further two-year periods

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

It is likely that there will be personnel to whom the right of TUPE will apply.

two.2) Description

two.2.1) Title

Lot 2 - Communal Heating Servicing and Maintenance

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 45232141 - Heating works
  • 90913100 - Tank-cleaning services
  • 71315300 - Building surveying services
  • 50700000 - Repair and maintenance services of building installations
  • 50514100 - Repair and maintenance services of tanks
  • 50721000 - Commissioning of heating installations
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 45331000 - Heating, ventilation and air-conditioning installation work

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

Lot 2 comprises servicing, maintenance and remedial works to communal heating systems across SBC's stock under an annual rate. The contract will include call handling both in and outside of working hours. This will be a TPC 2005 (as amended) contract for a maximum period of 8 years (4 + 2 + 2). Organisations bidding for Lot 2 may not bid for Lot 1 but may bid for Lot 3.SBC is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Following evaluation of submitted SQs, SBC anticipates shortlisting five bidders to be Invited to Tender for Lot 2. It reserves the right to increase this by 1 or 2 bidders up to a maximum of 7, should scores be very closely placed around the cut-off point. Following evaluation of Tenders under the second stage of the process, SBC intends to award the Contract to a single Service Provider. Full details of the Contract and its requirements are included in the procurement and Tender documents, available to download from the Supply Hertfordshire portal.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £640,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for an initial period of four years with the option to extend by up to two further two-year periods

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) Description

two.2.1) Title

Lot 3 - Water Hygiene Servicing and Maintenance

Lot No

3

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 90913100 - Tank-cleaning services
  • 71315300 - Building surveying services
  • 50700000 - Repair and maintenance services of building installations
  • 50514100 - Repair and maintenance services of tanks
  • 45232430 - Water-treatment work
  • 42122130 - Water pumps
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

Lot 3 comprises servicing and remedial works to water tanks, pumps and associated systems and equipment across SBC's stock. The contract will include call handling both in and outside of working hours. This will be a TPC 2005 (as amended) contract for a maximum period of 8 years (4 + 2 + 2). Organisations bidding for Lot 3 may not bid for Lot 1 but may bid for Lot 2.SBC is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Following evaluation of submitted SQs, SBC anticipates shortlisting five bidders to be Invited to Tender for Lot 3. It reserves the right to increase this by 1 or 2 bidders up to a maximum of 7, should scores be very closely placed around the cut-off point. Following evaluation of Tenders under the second stage of the process, SBC intends to award the Contract to a single Service Provider. Full details of the Contract and its requirements are included in the procurement and Tender documents, available to download from the Supply Hertfordshire portal.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £160,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for an initial period of four years with the option to extend by up to two further two-year periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As set out in the procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the procurement documents

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

29 March 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

10 May 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. Please complete and submit a Selection Questionnaire (all component parts) by the deadline date and time. SQs cannot be uploaded after the deadline. Any Clarifications regarding this opportunity must be raised through the correspondence area in the e-tendering system. The Council reserves the right to cancel the procurement and not to proceed with any of the contracts at any stage of the procurement process. The Council also reserves the right not to award a contract. The Council shall not be liable for any costs incurred by those expressing an interest or Tendering for any of these contracts. If you are experiencing problems In-Tend offers a help section which includes a dedicated UK Support Desk which can be contacted via e-mail: support@in-tend.com or Tel.+441144070065 for any website/technical questions Monday — Friday 8.30-17.30. The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law, including the Freedom of Information Act 2000. If the applicant considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request. The Council reserves the right to carry out additional financial checks on all companies tendering for this contract at any time during the procurement process, to ensure that they continue to meet the Council's requirements and remain financially viable to perform the contract.

six.4) Procedures for review

six.4.1) Review body

High Court England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day (when using electronic means) stand still period at the point information on the award of the contract is communicated to Tenderers. This period allows unsuccessful Tenderers to challenge the decision to award a contract before a contract is executed/signed(as appropriate).The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits specified in the Regulations. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the Council to amend any document and may award damages. If the contract has been entered into the Court has the options to award damages and/or to shorten or order the contract to be ineffective.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

Stevenage

SW1A 2AS

Country

United Kingdom