Section one: Contracting authority
one.1) Name and addresses
South East Consortium
Building 800, Guillat Avenue, Kent Science Park
Sittingbourne
ME9 8GU
Contact
Mr Liam Cochrane
liam.cochrane@southeastconsortium.org.uk
Telephone
+44 2080361745
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.southeastconsortium.org.uk
Buyer's address
https://www.southeastconsortium.org.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=fe970d78-2ee0-ed11-8121-005056b64545
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=fe970d78-2ee0-ed11-8121-005056b64545
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
SEC Heating and Water Hygiene Framework
Reference number
DN646439
two.1.2) Main CPV code
- 50720000 - Repair and maintenance services of central heating
two.1.3) Type of contract
Services
two.1.4) Short description
Heating and Water Hygiene, including domestic and commercial heating. This includes installation, servicing and maintenance, plus water hygiene management (water inspections and audits, plus remedial repairs to water systems).
Lot 1 – Commercial and Domestic Heating (combination of Lots 2 and 3)
Lot 2 – Domestic Heating
Lot 3 – Commercial Heating
Lot 4 – Water Hygiene Risk Assessments
Lot 5 – Water Hygiene remedial repairs
two.1.5) Estimated total value
Value excluding VAT: £175,000,000
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 – Commercial and Domestic Heating (combination of Lots 2 and 3)
Lot No
1
two.2.2) Additional CPV code(s)
- 42160000 - Boiler installations
- 45232141 - Heating works
- 45331100 - Central-heating installation work
- 50531100 - Repair and maintenance services of boilers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Commercial and Domestic Heating (combination of Lots 2 and 3). This lot includes the provision of servicing, maintenance and repairs, as well as installation of heating appliances as detailed in the tender documents. This lot covers Commercial and Domestic.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £5,000,000
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.2.14) Additional information
All rates are to be inclusive of SEC Levy (2 %), overheads profit and prelims but exclusive of VAT. Please refer to the supporting document for further details.
two.2) Description
two.2.1) Title
Lot 2 - Domestic Heating
Lot No
2
two.2.2) Additional CPV code(s)
- 42160000 - Boiler installations
- 45232141 - Heating works
- 45331100 - Central-heating installation work
- 50531100 - Repair and maintenance services of boilers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Domestic Heating. This lot includes the provision of servicing, maintenance and repairs, as well as installation of heating appliances as detailed in the tender documents. This lot covers domestic only.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £120,000,000
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.2.14) Additional information
All rates are to be inclusive of SEC Levy (2 %), overheads profit and prelims but exclusive of VAT. Please refer to the supporting document for further details.
two.2) Description
two.2.1) Title
Lot 3 - Commercial Heating
Lot No
3
two.2.2) Additional CPV code(s)
- 42160000 - Boiler installations
- 45232141 - Heating works
- 45331100 - Central-heating installation work
- 50531100 - Repair and maintenance services of boilers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Commercial Heating. This lot includes the provision of servicing, maintenance and repairs, as well as installation of heating appliances as detailed in the tender documents. This lot covers commercial only.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £20,000,000
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.2.14) Additional information
All rates are to be inclusive of SEC Levy (2 %), overheads profit and prelims but exclusive of VAT. Please refer to the supporting document for further details.
two.2) Description
two.2.1) Title
Lot 4 - Water Hygiene Risk Assessments
Lot No
4
two.2.2) Additional CPV code(s)
- 24962000 - Water-treatment chemicals
- 44611500 - Water tanks
- 45232430 - Water-treatment work
- 71600000 - Technical testing, analysis and consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The service will cover but not be limited to all aspects of periodic servicing and inspection, risk assessment and development of a maintenance plan, undertaking monitoring, temperature checking, sampling, chlorination and cleaning of water systems etc, as detailed in the tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £10,000,000
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.2.14) Additional information
All rates are to be inclusive of SEC Levy (2 %), overheads profit and prelims but exclusive of VAT. Please refer to the supporting document for further details.
two.2) Description
two.2.1) Title
Lot 5 - Water Hygiene Remedial Repairs
Lot No
5
two.2.2) Additional CPV code(s)
- 44611500 - Water tanks
- 45232430 - Water-treatment work
- 50720000 - Repair and maintenance services of central heating
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot covers responsive maintenance including emergency works (both during and out of hours) and major works projects. This includes Water Hygiene remedial repair works to correct any faults or non-compliancy following the risk assessments. Further details within the tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £20,000,000
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.2.14) Additional information
All rates are to be inclusive of SEC Levy (2 %), overheads profit and prelims but exclusive of VAT. Please refer to the supporting document for further details.
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
For lots 1, 2 and 3, Gas Safe registration is required
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
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
Envisaged maximum number of participants to the framework agreement: 56
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-035952
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 June 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
13 June 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
SEC Frameworks may be accessed by all publicly funded organisations — access is not limited to SEC Members alone.
South East Consortium Frameworks can be used by any organisation that fall in to one or more of the
categories listed in the following link:
https://southeastconsortium.org.uk/our-frameworks/faqs/who-can-use-our-frameworks/
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom