Tender

Waking Watch Procurement

  • Swan Housing Association Ltd

F02: Contract notice

Notice identifier: 2021/S 000-019144

Procurement identifier (OCID): ocds-h6vhtk-02d237

Published 8 August 2021, 7:56pm



Section one: Contracting authority

one.1) Name and addresses

Swan Housing Association Ltd

Head Office, Pilgrim House, High Street

Billericay

CM12 9XY

Contact

Ms Karen Thody

Email

tenders@camerons.uk.com

Telephone

+44 3003032500

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

https://www.swan.org.uk

Buyer's address

https://www.swan.org.uk

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=b0f424f1-a1f7-eb11-810d-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=b0f424f1-a1f7-eb11-810d-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

Waking Watch Procurement

Reference number

DN546760

two.1.2) Main CPV code

  • 75251110 - Fire-prevention services

two.1.3) Type of contract

Services

two.1.4) Short description

We are procuring our waking watch service for a number of blocks under our care. The scope of services and full requirement for this single provider contract are set out in the procurement documents.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

A service provider is required to provide fire warden services. There are minimum requirements in relation to turnover; insurances; accreditations; training levels and payment of London Living Wage as a minimum. Further detail in procurement documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract is envisaged to be a 36 month term with the option to extend to a maximum of 5 years with 2, 12 month extensions. Please note, properties may be added/removed from those set out in the initial tender documentation.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to procurement documentation

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

Please refer to procurement documentation

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

Open 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

10 September 2021

Local time

1:00pm

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

10 September 2021

Local time

2:00pm


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

Cabinet Office

70 Whitehall

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Contracting Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with a information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.