Tender

HRA Gas Servicing & Boiler Installation Works

  • Medway Council

F02: Contract notice

Notice identifier: 2023/S 000-021421

Procurement identifier (OCID): ocds-h6vhtk-03e9ea

Published 25 July 2023, 11:09am



Section one: Contracting authority

one.1) Name and addresses

Medway Council

Medway Council, Gun Wharf, Dock Road

Chatham

ME4 4TR

Contact

Mr Nigel Ford

Email

nigel.ford@medway.gov.uk

Telephone

+44 1634332088

Country

United Kingdom

Region code

UKJ41 - Medway

Internet address(es)

Main address

http://www.medway.gov.uk/

Buyer's address

http://www.medway.gov.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

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HRA Gas Servicing & Boiler Installation Works

Reference number

DN681033

two.1.2) Main CPV code

  • 45232141 - Heating works

two.1.3) Type of contract

Works

two.1.4) Short description

Gas Servicing and Boiler Installation to properties owned and managed by Medway Council

two.1.5) Estimated total value

Value excluding VAT: £10,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42100000 - Machinery for the production and use of mechanical power
  • 45232141 - Heating works
  • 45333000 - Gas-fitting installation work
  • 50720000 - Repair and maintenance services of central heating

two.2.3) Place of performance

NUTS codes
  • UKJ41 - Medway
Main site or place of performance

Properties owned and managed by Medway Council.

two.2.4) Description of the procurement

The delivery of a gas servicing and boiler installation contract which will include the following: LGSR and servicing; commercial LGSR and servicing; CO (Replacement Programme) and a boiler replacement programme.

two.2.5) Award criteria

Cost criterion - Name: Pricing / Weighting: 60

Cost criterion - Name: Quality / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £10,200,000

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

Duration in months

144

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial period of 6 years with an option to extend for a further period 3 years plus 3 years up to a total of 12 years. The maximum contract term will therefore be 12 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:

The Council, envisages inviting the top 5 Candidates to Tender, who will have achieved the highest score, out of the maximum score available. In the event of a tied score amongst the fifth ranked position, the Council will invite all tied score Candidates to tender.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 indicative contract value and term of the contract is based upon the maximum term including all extensions. All values are exclusive of VAT.

The price evaluation is split as 55% price and 5% social value metrics evaluation


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

As detailed within the procurement documents.

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

Restricted procedure

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

25 August 2023

Local time

5:00pm

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

4 October 2023

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The indicative contract value and term of the contract is based upon the maximum term including all extensions. All values are exclusive of VAT.

The price evaluation is split as 55% price submission and 5% social value metrics evaluation.

six.4) Procedures for review

six.4.1) Review body

High Court Of England & Wales

London

Country

United Kingdom

Internet address

www.medway.gov.uk

six.4.2) Body responsible for mediation procedures

High Court Of England & Wales

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

London

Country

United Kingdom