Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Controlled Door Entry / Automated Doors / Intercom Repair and Maintenance Services

  • First published: 11 May 2018
  • Last modified: 11 May 2018
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
whg
Authority ID:
AA24825
Publication date:
11 May 2018
Deadline date:
08 June 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Service, maintain and repair controlled door entry, automated doors and intercom systems including emergency out of hours. WHG manages a wide range of property types including high rise blocks, low rise flats, houses and bungalows. WHG are committed to the deployment of e-Tender methodology. This ITT process will be managed via our electronic tender solution hosted by Due North (referred to in this document as “The Portal”). All document exchange and communication between WHG and selected Tenderers will always be via The Portal. The Portal provides a secure, auditable and efficient method of exchanging information and documents between the parties.

The fixed term Contract will commence on or around the 1.9.2018 for an initial period of 2 (two) years. The contract will be extendable up to a maximum of 3 (three) years by 1 or more extensions of whatever period(s) the Client specifies subject to satisfactory performance by the provider. The total contract term will not exceed 5 years.

Relevant and proportionate suitability assessments will be undertaken e.g. mandatory and discretionary exclusions: taxes, bankruptcy, misconduct and other situations referred to in the 2015 Regs. WHG will also check that any bidder has the legal and financial capacities and the technical and professional abilities to perform the contract.

WHG does not bind itself to accept the lowest Tender or any Tender and will not be responsible for, or pay any expenses incurred by the Tenderer in the preparation of this tender.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

WHG

100 Hatherton Street

Walsall

WS1 1AB

UK

Contact person: Mrs Louise Green

Telephone: +44 3005556666

E-mail: procurement@whgrp.co.uk

NUTS: UKG

Internet address(es)

Main address: http://www.whg.uk.com

Address of the buyer profile: http://www.whg.uk.com

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


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

Controlled Door Entry / Automated Doors / Intercom Repair and Maintenance Services

Reference number: DN326864

II.1.2) Main CPV code

50710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Maintain and repair controlled door entry, automated doors and intercom systems to ensure access and egress control is maintained. The service will include emergency call outs — response time for any emergency call out is 2 hrs. WHG currently has approx 691 systems maintained across the group. Please see below for additional selection criteria.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKG38


Main site or place of performance:

Walsall is the main place of performance. However, the supplier selected will be required to offer the same services under the contract to sites outside of the borough of Walsall as WHG grows.

II.2.4) Description of the procurement

Service, maintain and repair controlled door entry, automated doors and intercom systems including emergency out of hours. WHG manages a wide range of property types including high rise blocks, low rise flats, houses and bungalows. WHG are committed to the deployment of e-Tender methodology. This ITT process will be managed via our electronic tender solution hosted by Due North (referred to in this document as “The Portal”). All document exchange and communication between WHG and selected Tenderers will always be via The Portal. The Portal provides a secure, auditable and efficient method of exchanging information and documents between the parties.

The fixed term Contract will commence on or around the 1.9.2018 for an initial period of 2 (two) years. The contract will be extendable up to a maximum of 3 (three) years by 1 or more extensions of whatever period(s) the Client specifies subject to satisfactory performance by the provider. The total contract term will not exceed 5 years.

Relevant and proportionate suitability assessments will be undertaken e.g. mandatory and discretionary exclusions: taxes, bankruptcy, misconduct and other situations referred to in the 2015 Regs. WHG will also check that any bidder has the legal and financial capacities and the technical and professional abilities to perform the contract.

WHG does not bind itself to accept the lowest Tender or any Tender and will not be responsible for, or pay any expenses incurred by the Tenderer in the preparation of this tender.

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: 60

This contract is subject to renewal: Yes

Description of renewals:

The fixed term Contract will commence on or around the 1.9.2018 for an initial period of 2 (two) years. The contract will be extendable up to a maximum of 3 (three) years by 1 or more extensions of whatever period(s) WHG specifies subject to satisfactory performance by the provider. The total contract term will not exceed 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

II.2.14) Additional information

These services are being tendered in line with The Public Contracts Regulations 2015. Your company must show an annual turnover of at least 1 100 000 GBP for the last 2 years. Please read in conjunction with Section 11 and Section 111 before expressing an interest.

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:

Your organisation will be expected to hold ISO9001 (UKAS Quality Management) or equiv.

Your organisation will be expected to hold NICEIC or equiv associated body membership.

Your organisation will be expected to hold NSI/SSAIB or equiv associated body membership.

Copies of certification will need to be provided, any company found not to hold the relevant accreditation/membership will be disregarded from the process.

All bidders must ensure all Works undertaken and all Materials used in those Works comply with all applicable European and British Standards and Codes of Practice that are current at the time of their use. Any subcontractor appointed by the successful main contractor must also meet these requirements.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

WHG will require the following levels of insurance:

— Professional Indemnity 2 000 000 GBP,

— Employers Liability 10 000 000 GBP,

— Public Liability 10 000 000 GBP, and

— Product Liability 2 000 000 GBP.

You will be requested in your bid to agree that if not currently held, you are willing to meet the levels if successful.

You will be required to show a turnover of 1 100 000 GBP for the last 2 years. A copy of your accounts will be required. In addition a credit check will be carried out, should this financial assessment highlight a risk of business failure then more information may be requested e.g. bank letter.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

All bidders must ensure all Works undertaken and Materials comply with all applicable EU, British Standards and Codes of Practice that are current at the time of their use. Any subcontractor appointed must also meet these requirements. WHG will require the following levels of insurance:

— Professional Indemnity 2 000 000 GBP,

— Employers Liability 10 000 000 GBP,

— Public Liability 10 000 000 GBP, and

— Product Liability 2 000 000 GBP.

You will be requested in your bid to agree that if not currently held, you are willing to meet the levels if successful.

You will be required to show a turnover of 1 1 000 000 GBP for the last 2 years. A copy of your accounts will be required. In addition a credit check will be carried out, should this financial assessment highlight a risk of business failure then more information may be requested e.g. bank letter.

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: 08/06/2018

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 08/06/2018

Local time: 12:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

UK

VI.5) Date of dispatch of this notice

03/05/2018

Coding

Commodity categories

ID Title Parent category
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@whgrp.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.