Contract

ACIS - CONTRACT B (WEST REGION) - GAS & HEATING SERVICING AND REPLACEMENT INSTALLATIONS TO DOMESTIC & COMMERCIAL PROPERTIES

  • Acis Group Limited

F03: Contract award notice

Notice identifier: 2023/S 000-007513

Procurement identifier (OCID): ocds-h6vhtk-03b300

Published 15 March 2023, 11:51am



Section one: Contracting authority

one.1) Name and addresses

Acis Group Limited

Acis House, 57 Bridge Street

Gainsborough

DN21 1LU

Contact

Mr Nathan Brown

Email

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