Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Derbyshire Dales District Council
Town Hall, Bank Road
Matlock
DE4 3NN
UK
Contact person: Mrs Ellena Outram
Telephone: +44 1629
E-mail: Ellena.Outram@derbyshire.gov.uk
NUTS: UKF1
Internet address(es)
Main address: https://www.derbyshiredales.gov.uk/
Address of the buyer profile: https://www.derbyshiredales.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert?advertId=a228b569-9c0b-ee11-8123-005056b64545&fromRfxSummary=True&rfxId=c6e251cb-9c0b-ee11-8123-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert?advertId=a228b569-9c0b-ee11-8123-005056b64545&fromRfxSummary=True&rfxId=c6e251cb-9c0b-ee11-8123-005056b64545
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DDP122 Measured Term Contract for Maintenance of Derbyshire Dales District Council Buildings
Reference number: DN674993
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
Nature and Scope of Works
The contract comprises the repair and maintenance of the fabric, finishes and services, including minor works at properties within the charge of the Employer, within the area indicated in the tender documents may be ordered by the Contract Administrator during the contract period.
The type of maintenance and repair work will range from emergency repairs to routine and non-urgent work, which could include minor improvements.
The types of properties upon which the work will be carried out are mainly traditional buildings both old and new, some of which may be listed under the planning regulations and a number of temporary buildings.
Lots
The contract comprises of four lots*:
• Lot 1 – Legionella Testing and Control
• Lot 2 – Electrical Repairs and Maintenance
• Lot 3 - Building Repairs and Maintenance
• Lot 4 – Mechanical Repairs and Maintenance
*Bidders may bid for one or more lots.
II.1.5) Estimated total value
Value excluding VAT:
715 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Legionella Testing and Control
II.2.2) Additional CPV code(s)
50000000
II.2.3) Place of performance
NUTS code:
UKF1
II.2.4) Description of the procurement
SCOPE OF WORKS
The scope of this lot includes all works set out in Appendix B Price Schedule Lot 1 Legionella Testing and Control inclusive of:
• Scheduled testing and maintenance to ACOP L8;
• Responsive Works and Maintenance, as required.
II.2.5) Award criteria
Criteria below:
Quality criterion: Response to Specification technical/Quality
/ Weighting: 30
Quality criterion: Climate Change/Sustainability
/ Weighting: 10
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
40 000.00
GBP
II.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:
Contract shall be for an initial period of 2 year commencing November 2023, with the option to extend for up to 3 further 1-year periods up to a maximum of 5 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Electrical Repairs and Maintenance
II.2.2) Additional CPV code(s)
50000000
II.2.3) Place of performance
NUTS code:
UKF1
II.2.4) Description of the procurement
SCOPE OF WORKS
The scope of this contract includes:
• Planned Preventative Maintenance
• Responsive Works and Maintenance
• Health and Safety
II.2.5) Award criteria
Criteria below:
Quality criterion: Response to Specification (Technical / Quality) -
/ Weighting: 30
Quality criterion: Climate change/sustainability
/ Weighting: 10
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
150 000.00
GBP
II.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:
Contracts shall be for an initial period of 2 year commencing November 2023, with the option to extend for up to 3 further 1-year periods up to a maximum of 5 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Building Repairs and Maintenance
II.2.2) Additional CPV code(s)
50000000
II.2.3) Place of performance
NUTS code:
UKF1
II.2.4) Description of the procurement
SCOPE OF WORKS
The scope of this contract includes:
• Planned Preventative Maintenance
• Responsive Works and Maintenance
II.2.5) Award criteria
Criteria below:
Quality criterion: Response to Specification (Technical / Quality)
/ Weighting: 30
Quality criterion: Climate change/sustainability
/ Weighting: 10
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.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:
Contracts shall be for an initial period of 2 year commencing November 2023, with the option to extend for up to 3 further 1-year periods up to a maximum of 5 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Mechanical Repairs and Maintenance
II.2.2) Additional CPV code(s)
50000000
II.2.3) Place of performance
NUTS code:
UKF1
II.2.4) Description of the procurement
The scope includes:
• Planned Preventative Maintenance
• Responsive Works, Repairs and Maintenance as required
II.2.5) Award criteria
Criteria below:
Quality criterion: Response to Specification (Technical / Quality) -
/ Weighting: 30
Quality criterion: Climate change/sustainability
/ Weighting: 10
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
225 000.00
GBP
II.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:
Contracts shall be for an initial period of 2 year commencing November 2023, with the option to extend for up to 3 further 1-year periods up to a maximum of 5 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per tender documentation
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/07/2023
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
14/07/2023
Local time: 10:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Derbyshire Dales District Council
Town Hall, Bank Road
Matlock
DE4 3NN
UK
E-mail: ellena.outram@derbyshire.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a minimum 10 calendar days (or 15 if non-electronic or fax
methods used) standstill period at the point information on the award of the contract is
Page 8 to 8
communicated to the relevant economic operators. Debriefing by the Council shall be in
accordance with the Public Contracts Regulation 2015 (as amended) 5 / 5 (the
Regulations). Such information should be requested from the addressee in Section 1.1). If an
appeal regarding the award of the contract has not been successfully resolved the
Regulations provide for the aggrieved parties who are of the opinion that they have been
harmed or are at risk of harm by a breach of the Regulations, to take action in the High Court
(England, Wales and Northern Ireland). Any such action must be brought as soon as
possible.
VI.5) Date of dispatch of this notice
15/06/2023