Boiler Works Hertfordshire
Gas contract 2012-2015.
UK-Watford: repair and maintenance services of boilers
2012/S 54-088383
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Watford Community Housing Trust
Gateway House 59 Clarendon Road
For the attention of: Steve Gore
WD17 1LA Watford
UNITED KINGDOM
Telephone: +44 1923209154
E-mail: steve.gore@wcht.org.uk
Internet address(es):
General address of the contracting authority: www.wcht.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Watford and South West Hertfordshire.
NUTS code UK
WCHT’s properties include (but are not limited to) social dwellings, sheltered schemes, supported and special needs housing, community centres and other properties. The current level of WCHT’s housing stock stands at approximately 4 823 properties of which, approximately 893 are known to currently have no gas installed and these, in the main, are attached to 16 communal boiler houses. The remainder of the Trust’s properties have individual gas central heating systems serviced by their own boilers or are in small blocks of two or four dwellings with a single large domestic boiler.
The majority of the Trust’s properties are located in the Watford Borough Council area, with some stock in neighbouring Three Rivers District Council, both in South West Hertfordshire. All of the stock is within 6 miles of the centre of Watford.
The contract will be for a period of 3 years with an option to extend for a further 2 years, subject to satisfactory performance, on a one year by one year extension basis, to a maximum of 5 years overall.
The contract shall comprise the following, which the successful contractor will be required to provide:
(i) Annual gas appliance servicing and routine safety check inspection and testing for domestic and communal (“commercial”) boilers, to include confirmatory attendances of properties without gas appliances;
(ii) Responsive repairs to gas appliances for all properties 24 hours a day and 365 days per and out of hours attendance on all breakdowns with a 24hr 365 a year emergency call out cover;
(iii) Providing and operating a 24 hours a day and 365 day a year dedicated telephone number for direct contact by the Trust’s residents concerning servicing and breakdown call outs. This is to cover both normal and out of hours calls. Out of hours and emergency calls will result in, as a minimum, “making safe” and, if possible, an immediate fix;
(iv) An annual service of any ‘hard wired’ smoke detectors whilst carrying out the annual gas service and routine safety check inspection and testing for domestic properties.
The contract shall also require contractors to provide a schedule of rates for consequential works. Consequential works shall cover planned preventative maintenance on current Trust owned installations, the supply, installation and upgrading of boilers, radiators and heating systems including the mechanical and/or electrical services required to complete any repair/installation/upgrade. The scope of consequential works, shall for example vary from a “powerflush” or installation of smoke detectors right up to a full new heating system with boiler change.
The award of consequential works shall not be exclusive to the successful contractor, but is subject both to price and delivery timescales at the time of request. However, the successful contractor may be requested by WCHT (on a job-by-job basis) to undertake such further work, by reference to its schedule of rates submitted (although not evaluated) as part of this procurement process.
WCHT shall reserve the absolute right to go out to quotation and award this further work to alternative providers on a job-by-job basis (based on the same specifications and requirements as will be set out in this tender), depending on, amongst other things, ability to meet timescales and best price.
The successful contractor will be required to provide a customer focused service in line with WCHT role and objectives as a Community Gateway. The successful contractor must also demonstrate commitment to providing an effective service that provides value for money to WCHT and its tenants. The evaluation criterion will be that of most economically advantageous tenderer as determined by the award criteria and sub-criteria set out in the invitation to tender.
WCHT reserves the absolute right to withdraw from this procurement procedure at any time and for whatever reason without awarding a contract. Applicants shall be responsible for the costs and expenses they incur as a result of participating in this procurement process. WCHT and or its advisors shall not be liable for and will not pay any costs in respect of the preparation of any pre-qualification or subsequent tender submission of any applicant or bidder whether they are successful or not. This shall equally apply in the event that the procurement process is postponed, cancelled or abandoned by WCHT at any stage and for whatever reason. Applicants shall be deemed to have unequivocally accepted this as a condition to precedent to participate in this procurement process.
50531100, 50720000, 50531200, 79512000, 38431200
The contract’s estimated value is set out below (the range reflecting the 3 year base term and potential for up to 2 years extension). The anticipated value of the potential consequential work which may be available to the successful contractor is estimated at approximately £250 000 (GBP) (exclusive of VAT) per annum.
The values of the contract and the value of the work cannot and will not be guaranteed.
Estimated value excluding VAT:
Range: between: [2 000 000] and [4 000 000] GBP.
Estimated value excluding VAT:
Range: between 2 000 000,00 and 4 000 000,00 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: As detailed in the pre-qualification questionnaire referred to below that will be sent to applicants who respond to this notice.
Minimum level(s) of standards possibly required: As detailed in the pre-qualification questionnaire referred to below that will be sent to applicants who respond to this notice.
As detailed in the pre-qualification questionnaire referred to below that will be sent to applicants who respond to this notice.
Copies of the PQQ can be requested from the contact point as set out in Annex A. The PQQ must be completed and returned with all required supporting information by the deadline stated in Section IV.3.4 of this notice.
Minimum level(s) of standards possibly required:
The successful provider will be experienced in and be required to incorporate all duties that are related to (but not limited to) the servicing, maintenance and responsive repairs to existing domestic and communal boilers, controls, associated system pipe work, and the provision of a related telephone call centre helpline service for residents, agreed by WCHT required to enable them to properly fulfil the duties placed upon them by any Regulations and the recommendations of the Health and Safety Executive. The successful contract provider’s staff will have to have [enhanced] Criminal Record Bureau checks carried out before going on site.
Section IV: Procedure
Justification for the choice of accelerated procedure: Due to health and safety and risk grounds there is an urgent need for the Trust to award the contract. Further explanation and detail is contained within the descriptive document accompanying the PQQ.
Other previous publications
Notice number in the OJEU: 2011/S 019-030193 of 28.1.2011
Payable documents: no
Section VI: Complementary information
All enquiries relating to the PQQ specifically or the pre-qualification process generally shall also be made via e-mail to the point of contact indicated in I.1 above. Such enquiries must be received no later than 12:00 hours on 26.3.2012. It will not be possible to respond to any enquires received after that date and time.
VI.5)Date of dispatch of this notice:15.3.2012