Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Three Rivers District Council
Three Rivers House, Northway
Rickmansworth
WD3 1RL
UK
Contact person: Corporate Procurement Manager
Telephone: +44 1923278370
E-mail: howard.hughes@watford.gov.uk
NUTS: UKH23
Internet address(es)
Main address: http://www.threerivers.gov.uk
Address of the buyer profile: http://www.threerivers.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-Rickmansworth:-Mechanical-and-electrical-engineering-services./7JNC596PA9
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/tenders/UK-title/8WWKCY7GC5
Tenders or requests to participate must be sent to the abovementioned address
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
Planned Preventative Maintenance Services
II.1.2) Main CPV code
71334000
II.1.3) Type of contract
Services
II.1.4) Short description
Building engineering services planned preventative and corrective maintenance services.
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Bidders may bid for one or more lots and may be awarded multiple lots including all lots.
II.2) Description
Lot No: 1
II.2.1) Title
Legionella Testing
II.2.2) Additional CPV code(s)
71315000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
Hertfordshire.
II.2.4) Description of the procurement
Legionella testing.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
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
Comfort Heating and Cooling
II.2.2) Additional CPV code(s)
45259300
71314310
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
Hertfordshire.
II.2.4) Description of the procurement
Comfort heating and cooling.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
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
Other Planned Preventative Maintenance Services
II.2.2) Additional CPV code(s)
50000000
50710000
50800000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
Hertfordshire.
II.2.4) Description of the procurement
Other planned preventative maintenance services.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
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 stated in the procurement documents.
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:
20/04/2020
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
20/04/2020
Local time: 12:00
Place:
Watford.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Bids for this opportunity must be submitted, including a completed on-line questionnaire, via the procurement portal. The portal includes further information about the project. Suppliers should read through this set of instructions and follow the process to respond to this opportunity. The information and documents for this opportunity are available on www.delta-esourcing.com
You must register on this site to respond, registration is free, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your response manager and add the following access code: 8WWKCY7GC5.
Please allow sufficient time when responding prior to the closing date and time shown on the portal as you have been asked to complete an online questionnaire and to upload documents. Late submissions cannot be uploaded and will not be accepted.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 08452707050 or email helpdesk@delta-esourcing.com
To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=482199578
Go reference: GO-2020316-PRO-16183089
VI.4) Procedures for review
VI.4.1) Review body
Three Rivers District Council
Three Rivers House, Northway
Rickmansworth
WD3 1RL
UK
Telephone: +44 1923278370
E-mail: howard.hughes@watford.gov.uk
Internet address(es)
URL: http://www.threerivers.gov.uk
VI.5) Date of dispatch of this notice
16/03/2020