Section one: Contracting authority
one.1) Name and addresses
Mole Valley District Council
Pippbrook
DORKING
RH41SJ
Telephone
+44 1403215299
Country
United Kingdom
Region code
UKJ26 - East Surrey
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.molevalley.gov.uk/
Buyer's address
https://in-tendhost.co.uk/sesharedservices/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current
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/sesharedservices/aspx/Tenders/Current
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
Mole Valley District Council - Building Fabric Services (Electrical and Mechanical Repairs and Maintenance)
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Mole Valley District Council (the Council) is looking to acquire the services of a suitably skilled and qualified fabric contractor to undertake: emergency and reactive call out and repairs & installations at Corporate Sites, Carparks, Public Toilets and Residential properties as well as Electrical and Mechanical services at Residential properties only. The properties and equipment included in this tender and owned by the Council are varied. They range from the main Civil Centre offices in Dorking and the Dorking Halls Theatre to small rural toilet blocks, various car parks and the stock of 33 residential properties.
The Commencement Date for the delivery of the services is scheduled to be on Monday 2nd December 2024 at 00:00 hours. The Contract will be awarded for a period of 3 years until 1st December 2027, with an option to extend for a further 2 year period until 1st December 2029 subject to performance and the absolute discretion of the Council.
The estimated total value stated is the full 3Y+2Y value.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKJ26 - East Surrey
two.2.4) Description of the procurement
The property list, as detailed in the Section 2 and Appendix C and D, is considered correct at the time of tender. The Councils property portfolio is likely to alter throughout the contract term. Any additional properties will be offered to the successful bidder to price in order for consideration by the Council. If the Contractors price is accepted by the Council then the property shall be deemed to be included as part of the contract.
If the Council removes any properties from its portfolio or responsibility then the Contractor shall, upon instruction from the Council cease undertaking the contract duties for said properties. The Contractor will not be entitled to any compensation for loss of profit or any other such loss that may be incurred from the removal of any property from this contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 December 2024
End date
1 December 2027
This contract is subject to renewal
Yes
Description of renewals
One option to extend for two years up to 01.12.2029
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The procurement documents can be accessed at https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Open 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
13 September 2024
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 September 2024
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
Country
United Kingdom