Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Arun District Council
Maltravers Road
Littlehampton
BN17 5LF
UK
Contact person: Rebecca Gooda
E-mail: procurement@arun.gov.uk
NUTS: UKJ27
Internet address(es)
Main address: www.arun.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/sesharedservices/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/sesharedservices/aspx/Home
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
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Arun District Council — Mechanical and Electrical Servicing, Maintenance and Installations Contract.
Reference number: ADC - 017671
II.1.2) Main CPV code
50710000
II.1.3) Type of contract
Services
II.1.4) Short description
A TPC2005 Term Partnering Contract with a single contractor to deliver a programme of servicing, repairs and maintenance and installations of mechanical and electrical installations to Arun District Council housing stock.
II.1.5) Estimated total value
Value excluding VAT:
5 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50700000
31625100
35111400
31625200
45312100
32360000
45331200
32000000
45343200
71314100
71632000
50711000
71315410
31625000
50116100
92222000
31216100
45312311
31216200
45312310
71334000
II.2.3) Place of performance
NUTS code:
UKJ27
Main site or place of performance:
Works will be primary preformed in the Arun District Council area of operation.
II.2.4) Description of the procurement
Arun District Council inviting expressions of interest from suitably qualified and experienced contractors to enter into a contract to deliver a programme of servicing, repairs and maintenance and installation of mechanical and electrical installations and associated works as detailed further.
The contract will be a TPC2005 for a term of up to 10 years as set out in the contract documents The total anticipated annual value excluding Vat of the contract is set out below.
i. Fire alarm and electrical installations — installations — 300 000 GBP.
ii. Fire alarm, emergency lighting, CCTV and door entry service and maintenance — 60 000 GBP.
iii. Door entry — installation — 100 000 GBP.
iv. CCTV installation — 50 000 GBP.
v. TV service, maintenance and installation — 40 000 GBP.
Total spend excluding Vat over 10 years for all services 5 500 000 GBP.
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:
5 500 000.00
GBP
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
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
A minimum of 5 operators will be invited to ITT stage although the Contracting Authority reserves the right to increase the number of operators by 1 or 2 if their scores are closely placed around the cut-off point.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contract will be a TPC2005 for an initial term of 5 years with an option to extend for a further 5 years therefore the total possible anticipated value for all services for the 10 years of the contract excluding Vat is 5 500 000 GBP.
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 set out in the SQ but are summarised as: NICEIC or equivalent.
SSAIB
BAFE.
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
Restricted procedure
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:
03/01/2018
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
12/01/2018
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)
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 and not to proceed with the long term Contract at any stage of the procurement process. The contracting authority also reserves the right not to award a contract.
The contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this contract.
Tenderers should note that the provisions of the transfer of Undertakings (protection of Employment) Regulations 2006 may apply.
Arun is procuring in a single lot to gain the commercial efficiencies of a single contractor.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
28/11/2017