Tender

T1-5641 Look Ahead Care and Support Gas Servicing Contract

  • Look Ahead Care and Support

F02: Contract notice

Notice identifier: 2021/S 000-027830

Procurement identifier (OCID): ocds-h6vhtk-02f423

Published 5 November 2021, 1:05pm



Section one: Contracting authority

one.1) Name and addresses

Look Ahead Care and Support

Kings Buildings, 16 Smith Square

London

SW1P 3HQ

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.lookahead.org.uk/

Buyer's address

https://www.lookahead.org.uk/

one.3) Communication

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

www.mytenders.co.uk

Additional information can be obtained from another address:

Faithorn Farrell TImms LLP

1 Knoll Rise, Central Court

Orpington

BR6 0JA

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

www.effefftee.co.uk

Buyer's address

https://www.lookahead.org.uk/

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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

T1-5641 Look Ahead Care and Support Gas Servicing Contract

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

The contract is for 3 star Gas Servicing, Maintenance and Repairs to properties owned and managed

two.1.5) Estimated total value

Value excluding VAT: £1,680,000

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
  • 50721000 - Commissioning of heating installations
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45333000 - Gas-fitting installation work
  • 39715200 - Heating equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Properties owned and managed by Look Ahead Care and Support.

two.2.4) Description of the procurement

The services required by this contract, can include but are not restricted to:

(i) statutory inspections, comprehensive routine periodic and ordered servicing and response servicing and maintenance

(ii) diagnosis of faults, repairs, provision of replacement parts

(iii) testing and provision of boiler and/or appliance details

(iv) maintenance and routine periodic and ordered statutory Safety Check records

(v) testing and certification of the Client’s domestic and communal gas and individual Heating Appliances

(vi) domestic gas dryers and commercial gas catering equipment owned by the Client

(vii) provision of a 24-hour, 365/6 day a year emergency callout service

(viii) inspection, testing, servicing, cleaning and maintenance of hardwired smoke, heat and carbon monoxide detectors

(ix) Carbon Monoxide detectors and smoke alarms fitted to the wall / ceil in the correct position as per the manufactures instructions

(x) Gas repairs identified by the Voids Contractor or LGSR’s to voids if the service is due.

(xi) complete boiler and/or heating installations along with the removal of obsolete appliances.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,680,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

It is intended that the contract will commence in June, 2022, and run for a period of five years with the option for renewal, as decided by Look Ahead, for an extension of up to a further one year plus one year. The maximum duration of the contract is therefore seven years. Five years with an optional additional 2 years.

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

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

It is envisaged that the client will Invite the following number of Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Section 6.

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

The indicative value of the Contract is based upon the maximum term of seven years.


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

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

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 158-386779

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 December 2021

Local time

12:00pm

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

21 January 2022

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

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=224352.

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.mytenders.co.uk/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.

(MT Ref:224352)

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W2 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W2 2LL

Country

United Kingdom

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom