Tender

Gas Safety Inspections 2022 – 2025

  • Sandwell Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-022765

Procurement identifier (OCID): ocds-h6vhtk-035f60

Published 17 August 2022, 10:53am



Section one: Contracting authority

one.1) Name and addresses

Sandwell Metropolitan Borough Council

Sandwell Council House, Freeth Street

Oldbury

B69 3DB

Contact

Wendy Jones

Email

wendy_jones@sandwell.gov.uk

Country

United Kingdom

NUTS code

UKG37 - Sandwell

Internet address(es)

Main address

www.sandwell.gov.uk

Buyer's address

www.sandwell.gov.uk

one.3) Communication

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

https://in-tendhost.co.uk/sandwellmbc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/sandwellmbc

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Gas Safety Inspections 2022 – 2025

Reference number

SMBC 22107

two.1.2) Main CPV code

  • 71631000 - Technical inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

Tenders are invited from contractors to support Sandwell MBC undertake its Landlords Duty in ensuring that gas safety inspection, service and associated repair works for all gas pipework, appliances and fittings owned by Sandwell MBC are carried out within statutory timescale in various types of properties within Sandwell. Sandwell MBC operates an MOT style gas servicing cycle; there are currently 25750 dwellings with a live gas supply. For tendering purposes, the schedule therefore includes attendances to 28,700 dwellings per year. The Gas Safety Inspections contract SMBC 20043 awarded for the period 1/8/2021 to 31/7/2025, will run in parallel to this procurement and be merged back into one contract for the next procurement exercise. This procurement exercise is for the Area West Bromwich/Smethwick/Oldbury only for the period 1/11/2022 to 31/7/2025, as the companies who were awarded those areas haven given notice to terminate the contract.

two.1.5) Estimated total value

Value excluding VAT: £1,700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71631000 - Technical inspection services
  • 50000000 - Repair and maintenance services
  • 50531100 - Repair and maintenance services of boilers

two.2.3) Place of performance

NUTS codes
  • UKG37 - Sandwell

two.2.4) Description of the procurement

Tenders are invited from contractors to support Sandwell MBC undertake its Landlords Duty in ensuring that gas safety inspection, service and associated repair works for all gas pipework, appliances and fittings owned by Sandwell MBC are carried out within statutory timescale in various types of properties within Sandwell. Sandwell MBC operates an MOT style gas servicing cycle; there are currently 25750 dwellings with a live gas supply. For tendering purposes, the schedule therefore includes attendances to 28,700 dwellings per year. The Gas Safety Inspections contract SMBC 20043 awarded for the period 1/8/2021 to 31/7/2025, will run in parallel to this procurement and be merged back into one contract for the next procurement exercise. This procurement exercise is for the Area West Bromwich/Smethwick/Oldbury only for the period 1/11/2022 to 31/7/2025, as the companies who were awarded those areas haven given notice to terminate the contract. By submitting a tender, all tenderers commit to undertaking works in the area to which they are appointed. If at any point during the contract term the contractor appointed to a particular area cannot undertake the works required or enters administration or receivership then the Council, at its absolute discretion, reserves the right to select the other contractor/s to undertake the work.

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

Start date

1 November 2022

End date

31 July 2025

This contract is subject to renewal

No

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 ITT Documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please refer to ITT Documents

Minimum level(s) of standards possibly required

Please refer to ITT Documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to ITT Documents

Minimum level(s) of standards possibly required

Please refer to ITT Documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not Applicable

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

23 September 2022

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

23 September 2022

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The Council will be using the In-tend e-Tendering System for this Procurement exercise, please visit https://in-tendhost.co.uk/sandwellmbc to access the Sandwell MBC In-tend Supplier Portal. From here you will be able to register your company, express an interest in the opportunity, and gain immediate access to the ITT and other related documents. In Order to View the On-Line Questionnaire and Submit a Tender, you will be required to` Opt-In`. For a Step by Step user guide to the Sandwell MBC In-tend Supplier Portal please click on the `Guidance for Suppliers` section of the website. All procurement responses must be carried out via the Sandwell MBC In-tend Supplier Portal. If you require further assistance in respect of the system, please contact the In-tend support team on 0844 272 8810.

six.4) Procedures for review

six.4.1) Review body

The High Court of England

Royal Court of Justice the Strand

London

WC2A 2LL

Country

United Kingdom