Opportunity

Mechanical Services Maintenance and Installation Works (HEVAC)

  • Onward Group Ltd (acting on behalf of itself and any current or future subsidiaries)

F02: Contract notice

Notice reference: 2021/S 000-004489

Published 5 March 2021, 4:09pm



Section one: Contracting authority

one.1) Name and addresses

Onward Group Ltd (acting on behalf of itself and any current or future subsidiaries)

Renaissance House, 2 Christie Way Didsbury

Manchester

M21 7QY

Contact

Lisa Kershaw

Email

procurement@onward.co.uk

Country

United Kingdom

NUTS code

UKD - NORTH WEST (ENGLAND)

Internet address(es)

Main address

www.onward.co.uk

one.3) Communication

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

https://in-tendhost.co.uk/onwardhomes/aspx/Home

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/onwardhomes/aspx/Home

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://in-tendhost.co.uk/onwardhomes/aspx/Home

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Mechanical Services Maintenance and Installation Works (HEVAC)

Reference number

OG-P986

two.1.2) Main CPV code

  • 50712000 - Repair and maintenance services of mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Onward are seeking to appoint a suitably qualified, accredited and experienced contractor to undertake the relevant mechanical services maintenance and installation works across the group for all 3 regions. The Contracts will be let for a period of three (3) years with the option to extend by one (1) period of two (2) years, totalling five (5) years maximum. The estimated annual value of the contract is up to £450k excluding VATThe buildings included within the contract comprise of a mixture of residential sheltered housing schemes classified internally by Onward as either Class A, Class B and Class C, in addition to commercial office spaces and industrial storage facilities. The scope of works compromises of:- Management and Programming of the PPM Schedule.- Maintaining a master asset management plan.- Reactive maintenance and call outs to Mechanical Assets as required- Repairs and Renewals of equipment as required.

two.1.5) Estimated total value

Value excluding VAT: £2,250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50712000 - Repair and maintenance services of mechanical building installations
  • 51120000 - Installation services of mechanical equipment

two.2.3) Place of performance

NUTS codes
  • UKD - NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

Onward Group Ltd is one of the largest registered providers of social housing based solely in the North West of England with 35,000 homes across Merseyside, Lancashire, Greater Manchester and Cheshire. Onward is as a not-for-profit organisation, committed to the regeneration and sustainability of the North West region, with a primary focus on making a positive difference in the communities we serve. Onward are seeking to appoint a suitably qualified, accredited and experienced contractor to undertake the relevant mechanical services maintenance and installation works across the group for all 3 regions. The Contracts will be let for a period of three (3) years with the option to extend by one (1) period of two (2) years, totalling five (5) years maximum. The estimated annual value of the contract is up to £450k excluding VATThe buildings included within the contract comprise of a mixture of residential sheltered housing schemes classified internally by Onward as either Class A, Class B and Class C, in addition to commercial office spaces and industrial storage facilities.

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: £2,250,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract is eligible for one (1) two (2) year extension dependant on satisfactory performance during the initial term

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

Contractors should be able to demonstrate that they are capable of providing construction works of a consistently high standard. This would be demonstrated by:NICEIC – Registration requiredGas Safe – Registration requiredWatermark Approved Contractor Scheme – Membership required (or equivalent Water Regulations compliance scheme membership)Refcom (F-Gas) - Registration required (Grading of registration to be stated by tenderer)Daikin Registered Partner (Grading of partnership to be stated by tenderer)Mitsubishi Registered Partner (Grading of partnership to be stated by tenderer)ISO 9001, ISO 14001 & ISO 18001 Quality systems certification or equivalent required to be heldHealth and Safety SSIP accreditations or equivalent

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

Minimum level(s) of standards possibly required

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

NICEIC – Registration requiredGas Safe – Registration requiredWatermark Approved Contractor Scheme – Membership required (or equivalent Water Regulations compliance scheme membership)

three.2.2) Contract performance conditions

Under this contract the contractor and its supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment, training and supply chain initiatives. Accordingly the 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

12 April 2021

Local time

11:00am

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

Tender must be valid until: 1 November 2021

four.2.7) Conditions for opening of tenders

Date

12 April 2021

Local time

11:05am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Under the Public Services (Social Value) Act 2012 the contracting authority must consider:a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; andb) how, in conducting the process of procurement, it might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the procurement documents.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales, Royal Courts of Justice

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales, Royal Courts of Justice

London

WC1A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting 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

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

Cabinet Office

Manchester

SW1A 2AS

Country

United Kingdom