Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Mount Green Housing Association
26 Bridge Street
Leatherhead
KT22 8BZ
UK
Telephone: +44 1689885080
E-mail: procurement@effefftee.co.uk
Fax: +44 1689885081
NUTS: UK
Internet address(es)
Main address: http://www.effefftee.co.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.mytenders.org
Additional information can be obtained from another address:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
UK
E-mail: procurement@effefftee.co.uk
NUTS: UKJ
Internet address(es)
Main address: www.effefftee.co.uk
Tenders or requests to participate must be sent electronically to:
www.mytenders.org
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
T1-4115-MGHA-Gas Servicing, Maintenance, Repairs and Boiler Installs
II.1.2) Main CPV code
50720000
II.1.3) Type of contract
Services
II.1.4) Short description
The contract is for gas servicing, maintenance and repair works to domestic and commercial properties including blocks and any associated repairs and boiler installs. It is intended that the contract will commence in July 2018 and, subject to annual reviews, will run for a period of 5 years with the option, as decided by MGHA for an extension of up to a further 5 years. The maximum duration of the contract is 10 years. The estimated annual value of the works is GBP 150 000.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50720000
44621200
42160000
44621110
50531100
II.2.3) Place of performance
NUTS code:
UKJ
Main site or place of performance:
In and around Surrey.
II.2.4) Description of the procurement
The successful Service provider shall deliver a high quality service offering value for money to residents providing secure continuous improvements across all works. It is intended that the contract will commence in July 2018 and, subject to annual reviews, run for a period of 5 years with the option, as decided by MGHA for an extension of up to a further 5 years. The maximum duration of the contract is 10 years. The contract is not being divided into Lots as the Contracting Authority believes that the Contract will be best delivered and managed by one single Economic Operator. This is largely due to the number of properties and the geographical location of this procurement which is restricted to in and around Surrey.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
10/07/2018
End:
09/07/2028
This contract is subject to renewal: Yes
Description of renewals:
The contract will be subject to annual reviews and run for a period of 5 years with the option for renewal for an extension of up to a further 5 years. The maximum duration of the contract is therefore 10 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:
Economic Operators will be advised as necessary during the procurement process. The successful contractor shall be a member of the GasSafe Register and shall have NICEIC Membership. Parent company and/or guarantees of performance and financial liability may be required, if considered appropriate. For further details, please refer to the Tender documents via the www.mytenders.org link.
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.2.3) 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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/04/2018
Local time: 12:00
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:
18/04/2018
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Contracting Authority reserves the right to cancel the procurement at any time and not to proceed with the award of any contract at any stage of the procurement process or to award only a part or parts of any contract.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=209634
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/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:209634).
VI.4) Procedures for review
VI.4.1) Review body
Faithorn Farrell Timms LLP
Central Court, Knoll Rise
Orpington
BR6 0JA
UK
Telephone: +44 1689885080
Fax: +44 1689885081
Internet address(es)
URL: http://www.effefftee.co.uk
VI.4.2) Body responsible for mediation procedures
The Royal Courts of Justice
The Strand
London
W2 2LL
UK
Telephone: +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying economic operators of the outcome of this procurement.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
14/03/2018