Opportunity

CHS heating and Electrical procurement

  • CHS Group / Cambridge Housing Society Ltd

F02: Contract notice

Notice reference: 2023/S 000-025711

Published 1 September 2023, 10:06am



Section one: Contracting authority

one.1) Name and addresses

CHS Group / Cambridge Housing Society Ltd

Endurance House Vision Park Chivers Way

Histon Cambridgeshire

CB249ZR

Contact

Aaron John

Email

aaron@echelonconsultancy.co.uk

Telephone

+44 1707339800

Country

United Kingdom

NUTS code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

www.chsgroup.org.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=72457&B=ECHELON

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=72457&B=ECHELON

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

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CHS heating and Electrical procurement

Reference number

1249 CHS

two.1.2) Main CPV code

  • 50720000 - Repair and maintenance services of central heating

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of heating repairs / breakdowns / servicing / installations and certification to domestic and communal boilers and plant. Electrical testing and remedial works including smoke and CO alarms and provision of other electrical services to buildings. Potential for inclusion of alternative heating services such as PV, ground source, air source and the like.

two.1.5) Estimated total value

Value excluding VAT: £5,300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50720000 - Repair and maintenance services of central heating
  • 09323000 - District heating
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 42515000 - District heating boiler
  • 44621110 - Central-heating radiators
  • 44621111 - Non-electrically-heated central-heating radiators
  • 44621220 - Central-heating boilers
  • 45232141 - Heating works
  • 45251200 - Heating plant construction work
  • 45251250 - District-heating plant construction work
  • 45259300 - Heating-plant repair and maintenance work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331100 - Central-heating installation work
  • 50721000 - Commissioning of heating installations
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51110000 - Installation services of electrical equipment
  • 71314100 - Electrical services
  • 71334000 - Mechanical and electrical engineering services
  • 45211100 - Construction work for houses
  • 45262640 - Environmental improvement works
  • 45211000 - Construction work for multi-dwelling buildings and individual houses

two.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk
  • UKH12 - Cambridgeshire CC
  • UKH11 - Peterborough
  • UKH - East of England
Main site or place of performance

Cambridgeshire and surrounding areas

two.2.4) Description of the procurement

Provision of heating repairs / breakdowns / servicing / installations and certification to domestic and communal boilers and plant. Electrical testing and remedial works including smoke and CO alarms and provision of other electrical services to buildings. Potential for inclusion of alternative heating services such as PV, ground source, air source and the like.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £5,300,000

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

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

It is anticipated 5 bidders will be invited to tender following submission and evaluation of SQs. CHS reserves the right and at their sole discretion to take more than 5 bidders up t a maximum of 8 to the ITT stage where the final score are within 10 marks of the 5th placed bidder at SQ stage.

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

two.2.14) Additional information

Prospective bidders should note that TUPE will apply to the contract; prospective bidders are advised to seek their own independent advice about the implications of TUPE.


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 set out in the procurement documents. As a minimum Gas safe with relevant certification to work on the boiler type and plant. NICEIC or equivalent to allow for safe and legal working on electrical installations.

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

As set out in the contract and procurement documents

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

Restricted 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

2 October 2023

Local time

12:00pm

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

20 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 Contracting Authority reserves the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award the contract. Neither the Contracting Authority nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the contract.

six.4) Procedures for review

six.4.1) Review body

High Court England and Wales

The Strand

London

WC2A2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Strand

London

WC2A2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

The Contracting Authority will observe a 10-day stand still period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)

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

Cabinet office

70 Whitehall

London

SW1A2AS

Country

United Kingdom