Contract notice
Section I: Contracting
authority
I.1) Name and addresses
PROCURE PLUS HOLDINGS LIMITED
05888820
The Lancastrian Office Centre,Talbot Road
MANCHESTER
M320FP
UK
E-mail: frameworks@procure-plus.com
NUTS: UKD34
Internet address(es)
Main address: www.procure-plus.com
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://tendermanagement.launchcontrol-systems.com/register/index/ef8c523171
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Servicing and Repair of Gas and Renewable Heating Equipment (Domestic and Commercial)
II.1.2) Main CPV code
50720000
II.1.3) Type of contract
Services
II.1.4) Short description
Procure Plus are a value focused, not for profit company that specialises in the procurement of goods and services related to both the new build, repair, and maintenance of social housing.
Procure Plus wishes to procure and enter into a framework agreement for the servicing and repair of gas and renewable heating equipment. This will cover the annual servicing, maintenance, and repair of domestic gas fired central heating installations, domestic miscellaneous gas appliances, solid fuel appliances and domestic renewable heating systems. It will also cover the annual servicing, maintenance, and repair within domestic and non-domestic settings of commercial gas fired heating installations, HVAC systems and commercial renewable heating systems. The servicing, maintenance and repair of renewable heating systems covers both air source heat pump and ground source heat pump systems for both domestic and commercial heating equipment.
In accordance with the provisions of the Public Contract Regulations 2015 (63)(7), Bidders on Lot 1 and Lot 2 are advised that Contractors who are appointed to this framework agreement will not be permitted to sub-contract the responsibility for the service, maintenance, and repair of gas appliances. Due to the business criticality and risk to both the customer organisation and the resident, the responsibility for the service maintenance and repair of gas appliances will be the responsibility of the Contractor who is appointed to the framework agreement. Contractors appointed to the framework agreement will be permitted, with the agreement of the Customer, to utilise subcontractors to complete the works required to solid fuel appliances and to supplement the service, maintenance, and repair of gas appliances in exceptional circumstances. For example, additional volume caused by extreme weather conditions and / or the geographical spread of properties.
Bidders are permitted to sub-contract the responsibility for the service, maintenance, and repair of renewable technologies within scope of the framework agreement.
II.1.5) Estimated total value
Value excluding VAT:
108 020 000.00
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
Servicing and repair of domestic gas and renewable heating equipment
II.2.2) Additional CPV code(s)
09110000
42511110
45331100
45331110
50531200
50710000
50720000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
The place of performance is described as the United Kingdom, and this is intended to indicate that individual Customers of the framework agreement will own and manage property across some or all of this area. Contractors who are appointed to the framework agreement will not be required to work across the entirety of the UK and they will be able to limit their participation in call off processes to those opportunities that align with the geographical areas in which their organisation operates.
II.2.4) Description of the procurement
This Lot is for the annual servicing, maintenance, and repair of domestic gas fired central heating installations, domestic miscellaneous gas appliances, solid fuel appliances and domestic renewable heating systems.
The servicing of gas appliances will be undertaken through a 3* service and maintenance provision. Repairs that fall outside the 3* service package are also included within the scope of this Lot.
The servicing, maintenance and repair of renewable heating appliances covers both air source heat pump and ground source heat pump systems. Repairs that fall outside the service package are also included within this Lot.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
80 520 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
II.2.14) Additional information
Procure Plus intends to appoint 15 Contractors to this lot.
Procure Plus reserves the option to appoint a limited number of additional Contractors to this lot of the framework agreement, beyond the 15 stated above. This option may be exercised by Procure Plus where there is a close proximity in the final overall scores between the 15th bidder and the bidders who are ranked in close proximity beneath. Bidders are advised that this is an option and not an obligation on the part of Procure Plus. Procure Plus reserves the right not to exercise this option and to only appoint 15 Contractors to this framework at the conclusion of the evaluation.
Lot No: 2
II.2.1) Title
Servicing and repair of commercial gas and renewable heating equipment
II.2.2) Additional CPV code(s)
42511110
45331100
45331110
50531200
50710000
50720000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
The place of performance is described as the United Kingdom, and this is intended to indicate that individual Customers of the framework agreement will own and manage property across some or all of this area. Contractors who are appointed to the framework agreement will not be required to work across the entirety of the UK and they will be able to limit their participation in call off processes to those opportunities that align with the geographical areas in which their organisation operates.
II.2.4) Description of the procurement
This Lot is for the annual servicing, maintenance, and repair within domestic and non-domestic settings of commercial gas fired heating installations, HVAC systems and commercial renewable heating systems.
The servicing, maintenance and repair of renewable heating installations covers both air source heat pump and ground source heat pump systems.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
27 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
II.2.14) Additional information
Procure Plus intends to appoint 15 Contractors to this lot.
Procure Plus reserves the option to appoint a limited number of additional Contractors to this lot of the framework agreement, beyond the 15 stated above. This option may be exercised by Procure Plus where there is a close proximity in the final overall scores between the 15th bidder and the bidders who are ranked in close proximity beneath. Bidders are advised that this is an option and not an obligation on the part of Procure Plus. Procure Plus reserves the right not to exercise this option and to only appoint 15 Contractors to this framework at the conclusion of the evaluation.
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:
Please refer to the invitation to tender 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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 30
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:
05/04/2024
Local time: 17:00
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
05/04/2024
Local time: 17:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Individual contracting authorities and organisations entitled to access the framework agreement will have the option to agree and award contracts to the appointed service providers at any point during the term of the framework agreement. Such contracting authorities and organisations are as follows:
Any customer of Procure Plus from time to time, which may include:
Any social housing provider in the United Kingdom from time to time. 'Social Housing Provider' for this purpose means any provider of social housing and includes, without limitation, registered providers, local authorities, and arm's length management organisations (ALMOs)
Any local authority
Any combined authority or associated body
Any police, fire or rescue authority
Any transport authority
Any NHS trust or body, or other health authority
Any waste disposal authority; any university, school, free school, college or academy
Any other contracting authority (as defined in the Public Contracts Regulations 2015) that does not fall within any of the aforementioned categories
Any entity or joint venture company that any of the aforementioned contracting authorities and organisations holds an interest in from time to time.
A list of current social housing providers can be found by visiting:
https://www.gov.uk/government/publications/registered-providers-of-social-housing
A number of contracts called off under the framework agreement may be completed using funding received via the European Union including but not limited to the European Regional Development Fund.
Procure Plus reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.
Procure Plus will not, under any circumstances, reimburse any expense incurred by applicants in preparing their tender submissions or in participating in this procurement process.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
04/03/2024