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