Section one: Contracting authority
one.1) Name and addresses
Mole Valley District Council
Pippbrook
DORKING
RH41SJ
Contact
Thomas Walker
Telephone
+44 1403215299
Country
United Kingdom
Region code
UKJ26 - East Surrey
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/sesharedservices/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current
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
MVDC Commercial Call Out, Installation, Repair and Maintenance
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Mole Valley District Council (the Council) invites tenders for the provision of Electrical and Mechanical Services as set out in these documents.
It should be noted at the outset that the Council's Electrical Services requirements and Mechanical Services requirements form their own independently awardable Lots and subsequent Contracts:
Lot One is for a supplier to provide Emergency & Reactive Call Out, Planned Maintenance, Repair and Installation Electrical Services to the Council's Commercial Portfolio.
Lot Two is for a supplier to provide Emergency & Reactive Call Out, Planned Maintenance, Repair and Installation Mechanical Services to the Council's Commercial Portfolio.
The Commencement Date for the delivery of the services is scheduled to be on Tuesday 14th May 2024 at 00:00 hours. The Contracts will be awarded for a period of 3 years until Thursday 13th May 2027, with an option to extend for a further 2 year period subject to performance and the absolute discretion of the Council.
The Council is procuring this contract following the Open Procedure under the UK Public Contract Regulations 2015 and the Council's Procurement Code. The Council will be issuing separate Contracts to the winning bidder of each Lot. There are no restrictions or limitations on the number of Lots you can bid for.
The Council is seeking to contract with an organisation that will manage the Services to the highest levels of satisfaction, professional standards and cost effectiveness. The Contractor will be expected to deliver improvements to service delivery and value for money over the life of the contract.
The Information for Bidders document contains the information and instructions that Bidders need to ensure that a compliant and completed tender is submitted. Please read the Information for Bidders document carefully as failure to comply with any instructions may result in the rejection or disqualification of your tender from this tender process.
two.1.5) Estimated total value
Value excluding VAT: £565,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot One - Electrical
Lot No
1
two.2.2) Additional CPV code(s)
- 50711000 - Repair and maintenance services of electrical building installations
two.2.3) Place of performance
NUTS codes
- UKJ26 - East Surrey
two.2.4) Description of the procurement
The Council is looking to acquire the services of a suitably qualified electrical contractor to undertake: emergency and reactive call out, electrical planned maintenance and electrical repairs & installations at Corporate Sites, Carparks and Public Toilets. The properties and equipment included in this tender and owned by the Council are varied. They range from the main Civic Centre offices in Dorking and the Dorking Halls Theatre to small rural toilet blocks and car park payment machines. These requirements will be referred to in this tender as Lot One.
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: £275,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
One option to extend the contract for 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot Two - Mechanical
Lot No
2
two.2.2) Additional CPV code(s)
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKJ26 - East Surrey
two.2.4) Description of the procurement
The Council is also looking to acquire the services of a suitably qualified mechanical contractor to undertake: emergency and reactive call out, mechanical planned maintenance and mechanical repairs & installations at Corporate Sites, Carparks and Public Toilets. The properties and equipment included in this tender and owned by the Council are varied. They range from the main Civil Centre offices in Dorking and the Dorking Halls Theatre to small rural toilet blocks and car park payment machines. These requirements will be referred to in this tender as Lot Two.
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: £290,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
One option to extend for 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.2.3) 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
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
11 March 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
11 March 2024
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
Country
United Kingdom