Tender

Servicing and Repairs of Fire Alarms, Emergency Lighting, Smoke Ventilation Systems AND Automatic Windows and Doors 2024

  • Melin Homes Limited

F02: Contract notice

Notice identifier: 2023/S 000-027354

Procurement identifier (OCID): ocds-h6vhtk-03fd17

Published 15 September 2023, 1:31pm



Section one: Contracting authority

one.1) Name and addresses

Melin Homes Limited

Ty'r Efail, Lower Mill Field

Pontypool

NP4 0XJ

Email

Procurement.Team@melinhomes.co.uk

Telephone

+44 1495745910

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.melinhomes.co.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA24809

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://www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Servicing and Repairs of Fire Alarms, Emergency Lighting, Smoke Ventilation Systems AND Automatic Windows and Doors 2024

Reference number

459

two.1.2) Main CPV code

  • 50116100 - Electrical-system repair services

two.1.3) Type of contract

Services

two.1.4) Short description

Servicing and Repairs of Fire Alarms, Emergency Lighting, Smoke Ventilation Systems AND Automatic Windows and Doors.

two.1.5) Estimated total value

Value excluding VAT: £150,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Servicing of Fire Alarms, Emergency Lighting, Smoke Ventilation Systems AND Automatic Windows and Doors

Lot No

1

two.2.2) Additional CPV code(s)

  • 50116100 - Electrical-system repair services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
  • UKL1 - West Wales and the Valleys
Main site or place of performance

operates in 5 local authority areas; Torfaen, Monmouthshire, Newport, Blaenau Gwent, and Powys

two.2.4) Description of the procurement

4.1 Melin Homes wishes to appoint an experienced service providers to deliver the inspection, testing, maintenance and repair of the fire detection systems, intruder detection, fire detection, emergency lighting and Smoke Ventilation Systems, Automatic windows, and doors, ensuring compliance with all relevant manufacturer requirements, industry, and safety standards.

4.2 It is proposed that the procurement exercise will be divided into lots as detailed below. Bidders may bid for one or both lots.

4.3 The contract will be spilt into LOTS.

LOT 1 – Servicing

LOT 2 – Repairs and Out of Hours

4.4 The resulting applicant will cover the general needs housing, sheltered and supported housing owned by Melin homes, which includes dwellings of various types including flats, maisonettes, and multiple occupancy blocks.

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 February 2024

End date

31 January 2026

This contract is subject to renewal

Yes

Description of renewals

The Contract will run for a maximum of 4 years, covering an initial period of 2 years plus an option of extending for a further 2 periods of 1 year (2+1+1=4) following contract signature (the "Initial Term").

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) Description

two.2.1) Title

Repairs of Fire Alarms, Emergency Lighting, Smoke Ventilation Systems AND Automatic Windows and Doors

Lot No

2

two.2.2) Additional CPV code(s)

  • 50116100 - Electrical-system repair services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
  • UKL1 - West Wales and the Valleys
Main site or place of performance

Torfaen, Monmouthshire, Newport, Blaenau Gwent, and Powys

two.2.4) Description of the procurement

4.1 Melin Homes wishes to appoint an experienced service providers to deliver the inspection, testing, maintenance and repair of the fire detection systems, intruder detection, fire detection, emergency lighting and Smoke Ventilation Systems, Automatic windows, and doors, ensuring compliance with all relevant manufacturer requirements, industry, and safety standards.

4.2 It is proposed that the procurement exercise will be divided into lots as detailed below. Bidders may bid for one or both lots.

4.3 The contract will be spilt into LOTS

LOT 1 – Servicing

LOT 2 – Repairs and Out of Hours

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 February 2024

End date

31 January 2026

This contract is subject to renewal

Yes

Description of renewals

The Contract will run for a maximum of 4 years, covering an initial period of 2 years plus an option of extending for a further 2 periods of 1 year (2+1+1=4) following contract signature (the "Initial Term").

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.1.2) 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

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

16 October 2023

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

16 October 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=134816.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Melin Homes Sustainable Communities Fund

14.1 It is Melin Homes' responsibility to deliver and report on Welsh procurement, supply-chain opportunities, resource and waste, targeted recruitment and training (TR&T) and community donations, to enable us to monitor our economic and environmental impact in Wales. Therefore, activities will support this based on the minimum guidelines of 0.5% of the contract value will be payable by the contractor/supplier. Invoicing for the Sustainable Communities Fund sum will be subject to VAT and invoices raised at time agreed at purchase/pre contract.

(WA Ref:134816)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom