Section one: Contracting authority
one.1) Name and addresses
Acis Group Limited
Acis House, 57 Bridge Street
Gainsborough
DN21 1LU
Contact
Mr Nathan Brown
nathan.brown@efficiencynorth.org
Telephone
+44 3306061460
Country
United Kingdom
Region code
UKF3 - Lincolnshire
Internet address(es)
Main address
https://www.efficiencynorth.org/procure/frameworks/refurbishment-and-improvements/installers
Buyer's address
https://www.efficiencynorth.org/procure/frameworks/refurbishment-and-improvements/installers
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
ACIS - CONTRACT B (WEST REGION) - GAS & HEATING SERVICING AND REPLACEMENT INSTALLATIONS TO DOMESTIC & COMMERCIAL PROPERTIES
Reference number
DN626081
two.1.2) Main CPV code
- 45100000 - Site preparation work
two.1.3) Type of contract
Works
two.1.4) Short description
At the time of the service visit all Carbon Monoxide (CO) and Smoke Alarms must be checked for correct operation and, if applicable, replace the battery. A sticker is to be attached to each alarm indicating the date of the next service. In addition the operative will complete an alarm test report, which shall be returned to the Contract Administrator.
The Contractor must have and maintain registration with a class of persons as approved by the Health and Safety Executive - currently the Gas Safe Register.
The nature of the contract is that the Contractor shall undertake the work described or implied in a thorough and workmanlike manner to an acceptable standard as defined throughout the documentation.
For works outside of the fully comprehensive scope of the contract a priced Schedule of Works will be provided.
In addition to the above there shall be approx. 100 - 200 heating system and/or boiler only replacements per annum; albeit volumes and workflow are not guaranteed and will be subject to the Employer’s budget, system failures and the successful Contractor’s performance.
Volumes may vary over the course of the contract duration.
The client shall not entertain any claims for additional costs over and above the unit rates provided for in the Pricing Document (Appendix 3A).
Bidders are also asked to note the property density and rural location of much of the Employer’s Housing Stock and are advised to make appropriate allowances within their rates as no claims for additional costs shall be entertained by the Employer as a result.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £0.01 / Highest offer: £1,000,000 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKF3 - Lincolnshire
two.2.4) Description of the procurement
At the time of the service visit all Carbon Monoxide (CO) and Smoke Alarms must be checked for correct operation and, if applicable, replace the battery. A sticker is to be attached to each alarm indicating the date of the next service. In addition the operative will complete an alarm test report, which shall be returned to the Contract Administrator.
The Contractor must have and maintain registration with a class of persons as approved by the Health and Safety Executive - currently the Gas Safe Register.
The nature of the contract is that the Contractor shall undertake the work described or implied in a thorough and workmanlike manner to an acceptable standard as defined throughout the documentation.
For works outside of the fully comprehensive scope of the contract a priced Schedule of Works will be provided.
In addition to the above there shall be approx. 100 - 200 heating system and/or boiler only replacements per annum; albeit volumes and workflow are not guaranteed and will be subject to the Employer’s budget, system failures and the successful Contractor’s performance.
Volumes may vary over the course of the contract duration.
The client shall not entertain any claims for additional costs over and above the unit rates provided for in the Pricing Document (Appendix 3A).
Bidders are also asked to note the property density and rural location of much of the Employer’s Housing Stock and are advised to make appropriate allowances within their rates as no claims for additional costs shall be entertained by the Employer as a result.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
The procurement involves the setting up of a dynamic purchasing system
four.1.6) Information about electronic auction
An electronic auction will be used
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.2.1) Previous publication concerning this procedure
Notice number: 2019/S 187-453493
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 November 2022
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Sure Maintenance Ltd
Crossways Point 15 Victory Way, Crossways Business Park
Dartford, Kent
DA2 6DT
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £0.01 / Highest offer: £1,000,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom