Tender

Framework for heat pump servicing and repair

  • Advantage South West

F02: Contract notice

Notice identifier: 2022/S 000-009511

Procurement identifier (OCID): ocds-h6vhtk-032bc2

Published 8 April 2022, 2:52pm



Section one: Contracting authority

one.1) Name and addresses

Advantage South West

South Somerset House, Alvington

Yeovil

BA22 8WN

Contact

Mr Neil Biddiscombe

Email

neil.biddiscombe@abri.co.uk

Telephone

+44 1935404566

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

http://www.advantagesouthwest.co.uk/

Buyer's address

http://www.advantagesouthwest.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=f665a9f7-64af-ec11-8113-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=f665a9f7-64af-ec11-8113-005056b64545

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

Framework for heat pump servicing and repair

Reference number

DN604832

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

ALL DOCUMENTS AVAILABLE FROM WWW.ADVANTAGESWTENDERS.CO.UK

To undertake servicing and repair and associated activities to heat pumps and similar equipment in domestic properties (including for example MVHR and solar thermal) and associated services works and supplies. We will only award a place on the framework to companies that are Daikin approved service partners as the significant majority of heat pumps installed by our Members are Daikin. Lot 1 - ASW Members: currently have c.7500 installs but note that some Members currently undertake this work in-house and some have existing contractual arrangements for this service. There is no guarantee as to the level of requirement through Lot 1. Lot 2 - Somerset West and Taunton Council - currently have c.636 installs but expect to add to this each year.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

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 1 Advantage South West

Lot No

1

two.2.2) Additional CPV code(s)

  • 50720000 - Repair and maintenance services of central heating

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

A multi-supplier framework for this service available for Advantage SW Members to access either by direct access or mini-tender.

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: £4,500,000

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

Duration in months

48

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: 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

two.2) Description

two.2.1) Title

Lot 2 - Somerset West & Taunton Council

Lot No

2

two.2.2) Additional CPV code(s)

  • 50720000 - Repair and maintenance services of central heating

two.2.3) Place of performance

NUTS codes
  • UKK2 - Dorset and Somerset

two.2.4) Description of the procurement

SWTC currently has c.636 installs but will be adding to this through new installations (installs are not part of this procurement project). 1 year contract with option to extend to up to 3 years total duration.

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: £300,000

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

Duration in months

48

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: 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 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.2.2) Contract performance conditions

Contained within the procurement documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

9 May 2022

Local time

10:00am

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 May 2022

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Members of Advantage South West will be able to access this framework to award contracts. Current Members of Advantage South West are Abbeyfield Sidmouth, Abri, Coastline Housing, Cornwall Housing, Cornwall Rural Housing Association (CRHA), East Devon District Council, Exeter City Council , Homes in Sedgemoor, LiveWest, Magna Housing, Mid Devon District Council, North Devon Homes, Ocean Housing, Plymouth Community Homes, SHAL, Somerset West and Taunton Council, Teign Housing, TorVista, Westward Housing. Any further organisations that join ASW will also be able to access the framework. Members of other consortia such as Westworks, Efficiency East Midlands and South Eastern Consortium can access this framework. This Contract Notice is therefore placed on behalf of those future members too. Names of potential contracting authorities who may wish to access the framework can be found at: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=9. Interested companies can access documentation at www.advantageswtenders.co.uk. Completed documentation must be submitted by the closing time/date.

six.4) Procedures for review

six.4.1) Review body

UK High Courts

London

Country

United Kingdom