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
Telephone
+44 1689885080
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Faithorn Farrell TImms LLP
1 Knoll Rise, Central Court
Orpington
BR6 0JA
Contact
Procurement Team
Telephone
+44 1689885080
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
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