Section one: Contracting authority
one.1) Name and addresses
Medway Council
Medway Council, Gun Wharf, Dock Road
Chatham
ME4 4TR
Contact
Mr Nigel Ford
Telephone
+44 1634332088
Country
United Kingdom
Region code
UKJ41 - Medway
Internet address(es)
Main address
Buyer's address
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
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