Tender

M2223-01 Domestic and Commercial Gas Servicing and Maintenance Contract

  • South Essex Homes Arms-Length Management Organisation on behalf of Southend-on-Sea Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-018210

Procurement identifier (OCID): ocds-h6vhtk-02ce90

Published 30 July 2021, 11:08am



Section one: Contracting authority

one.1) Name and addresses

South Essex Homes Arms-Length Management Organisation on behalf of Southend-on-Sea Borough Council

Civic Centre, Victoria Avenue

Southend on Sea

SS2 6FY

Contact

Faithorn Farrell Timms Procurement Team

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Fax

+44 1689885081

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.effefftee.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961

one.3) Communication

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

https://procontract.due-north.com

Additional information can be obtained from another address:

Faithorn Farrell Timms LLP

Central Court

Orpington

BR6 0JA

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

https://procontract.due-north.com

Buyer's address

https://procontract.due-north.com

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

M2223-01 Domestic and Commercial Gas Servicing and Maintenance Contract

Reference number

DN559697

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The delivery of a 3* Gas Servicing, Maintenance and Repairs Contract for domestic and commercial appliances and including statutory electrical testing

two.1.5) Estimated total value

Value excluding VAT: £12,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 39715200 - Heating equipment
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45333000 - Gas-fitting installation work
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea
Main site or place of performance

To properties managed by South Essex Homes in Southend and the surrounding areas

two.2.4) Description of the procurement

The services required by this contract, can include but are not restricted to:

(i) statutory inspections, comprehensive routine periodic and ordered servicing and response servicing and maintenance

(ii) diagnosis of faults, repairs, provision of replacement parts

(iii) testing and provision of boiler and/or appliance details

(iv) maintenance and routine periodic and ordered statutory Safety Check records

(v) testing and certification of the Client’s domestic and communal gas and individual Heating Appliances

(vi) domestic and communal gas catering equipment owned by the Client

(vii) provision of a 24-hour, 365/6 day a year emergency callout service

(viii) inspection, testing, servicing, cleaning and maintenance of hardwired smoke, heat and carbon monoxide detectors

(ix) statutory electrical safety inspection and test – the Gas Servicing Contractor will be required to coordinate and ensure the testing

regime is undertaken in all properties

(x) works in Void Properties

(xi) Solar Thermal

(xii) complete boiler and/or heating installations along with the removal of obsolete appliances. Tenderers should note that the boiler and

heating installation programme will not form part of this Contract, however the Client, at their discretion may instruct the Gas Servicing

Contractor to undertake installations.

two.2.5) Award criteria

Cost criterion - Name: Price / Weighting: 40

Cost criterion - Name: Technical / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £12,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

It is intended that the contract will commence 1 April 2022. The Contract will be subject to annual reviews and will run for a period of 5

years with the option for renewal of up to a further 5 years, subject to satisfactory reviews based upon performance and quality of service.

The maximum duration of the contract is therefore 10 years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

It is envisaged that the client will Invite to Tender, a minimum of five and a maximum of seven Candidates. The Candidates invited will

have achieved the highest score, out of the maximum points available.

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

The approximate Contract value includes servicing, repairs, maintenance and electrical testing. This does not include for any ad hoc installations that may be instructed at the client's discretion.


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

Gas safe

NICEIC

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.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 September 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

4 October 2021

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: 180 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W2 2LL

Telephone

+44 2079476000

Country

United Kingdom