Tender

PR-10360-Hornsey HT Gas Maintenance Contract

  • Hornsey Housing Trust

F02: Contract notice

Notice identifier: 2024/S 000-031243

Procurement identifier (OCID): ocds-h6vhtk-04a44b

Published 30 September 2024, 4:57pm



Section one: Contracting authority

one.1) Name and addresses

Hornsey Housing Trust

62 Mayfield Road

London

N8 9LP

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://hornseyht.co.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

Central Court, Knoll Rise, Orpington

Kent

BR6 0JA

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.effefftee.co.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

PR-10360-Hornsey HT Gas Maintenance 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

Hornsey Housing Trust are looking to procure a Contractor for the delivery of their Domestic and Commercial Gas Services Contract.

two.1.5) Estimated total value

Value excluding VAT: £650,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50721000 - Commissioning of heating installations
  • 50720000 - Repair and maintenance services of central heating
  • 45331100 - Central-heating installation work
  • 45259300 - Heating-plant repair and maintenance work

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKI4 - Inner London – East
  • UKI43 - Haringey and Islington

two.2.4) Description of the procurement

The Services required by the Contract, include but are not restricted to:

-Domestic Gas and Non-Gas Appliance Servicing

-Commercial Plant Room Servicing

-Domestic Heating Repairs

-Commercial Heating Repairs

-Domestic and Commercial Installation and Replacement Works

- Pump Servicing and Maintenance

two.2.5) Award criteria

Quality criterion - Name: Technical Submission / Weighting: 40

Quality criterion - Name: Interviews / Weighting: 20

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £650,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Contract will be a five year initial term with the option to extend by three years, followed by another extension of up to a further 2 years. The maximum duration is therefore ten years. The contract value in this notice is therefore subject to review by Hornsey HT and is not guaranteed.

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

Envisaged minimum number: 5

Maximum number: 7

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 estimated contract value excludes VAT and uplifts applied within the term of the contract. The value of the Contract included in this notice is based upon the maximum term of 10 years and therefore subject to review, and not guaranteed.


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.2.2) Contract performance conditions

As stated in the 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: Yes

four.2) Administrative information

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

Date

31 October 2024

Local time

12:00pm

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

18 November 2024

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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=232826.

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:232826)

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