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
Telephone
+44 1689885080
Fax
+44 1689885081
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
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