Gas and Electric Heating Maintenance Merseyside
Gas and electric heating – servicing, maintenance, installation and property MOT’s.
UK-Birkenhead: repair and maintenance services
2012/S 60-097907
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Wirral Partnership Homes
6 Europa Boulevard
For the attention of: Ian Roughley
CH41 1PE Birkenhead
UNITED KINGDOM
Telephone: +44 1516063097
E-mail: ianroughley@wphomes.org.uk
Internet address(es):
General address of the contracting authority: www.wphomes.org.uk
Electronic access to information: https://www.wphomes.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: refer to Section VI.3
UNITED KINGDOM
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UKD54
50000000 – CB30 – KA01 – KA03 – CB47 – BA09 – KA04 – FG04 – CB01 – IA36 – CB16, 50531200, 45331100, 45331110, 09323000, 39715000, 39715100, 39715210, 39721000, 42515000, 44620000, 45315000, 71355000, 09324000, 38431200, 45259300, 50531100, 50710000, 50720000, 45333000, 09332000, 45261410, 45317000, 90733000, 71600000, 71610000, 71630000, 50413100, 50413200, 45261215, 45321000
Tenders may be submitted for one or more lots
Estimated value excluding VAT: 38 550 000 GBP
Information about lots
Lot No: 1 Lot title: GB-Birkenhead: repair and maintenance services – lot 1 – North
50000000 – CB30 – KA01 – KA03 – CB47 – BA09 – KA04 – FG04 – CB01 – IA36 – CB16, 50531200, 45331100, 45331110, 09323000, 39715000, 39715100, 39715210, 39721000, 42515000, 44620000, 45315000, 71355000, 09324000, 45259300, 50531100, 50710000, 50720000, 45333000, 09332000, 45261410, 45317000, 90733000, 71600000, 71610000, 71630000, 50413100, 50413200, 45261215, 45321000, 38431200
Estimated value excluding VAT: 1 632 250 GBP
50000000 – CB30 – KA01 – KA03 – CB47 – BA09 – KA04 – FG04 – CB01 – IA36 – CB16, 50531200, 45331100, 45331110, 09323000, 39715000, 39715100, 39715210, 39721000, 42515000, 44620000, 45315000, 71355000, 09324000, 45259300, 50531100, 50710000, 50720000, 45333000, 09332000, 45261410, 45317000, 90733000, 71600000, 71610000, 71630000, 50413100, 50413200, 45261215, 45321000, 38431200
Estimated value excluding VAT: 1 822 750 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: The service providers will be required to actively participate in the achievement of social, environmental and/or sustainability policy objectives relating to regeneration, social and economic growth, recruitment, employment and training and supply chain initiatives. Accordingly contract performance conditions and evaluation criteria may relate in particular to social and environmental considerations. Details will be set out in the contract documents.
Minimum level(s) of standards possibly required: These are set out in the PQQ.
The information and documentation required is set out in the PQQ which can be obtained as set out in Section VI.3. The contracting authority need not consider any request to participate unless it is accompanied by a completed PQQ.
Minimum level(s) of standards possibly required:
These are set out in the PQQ.
Reference to the relevant law, regulation or administrative provision: Gas safe registration will be required to the extent that this is a legal requirement.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Details will be set out in the PQQ which will be provided to applicants who submit a request to participate.
Notice on a buyer profile
Notice number in the OJEU: 2011/S 182-298093 of 22.9.2011
Payable documents: no
Section VI: Complementary information
The contracting authority is committed to delivering a quality, cost-effective and value for money service.
The contracting authority is seeking to appoint up to 2 service providers on the M3 NHF Schedule of Rates Form of Contract 2011.
The service providers will be required to provide:
Gas appliance maintenance services; central-heating installation work; boiler installation work; repair and maintenance services of district heating, district heating boiler, water heaters and heating for buildings; all inclusive servicing and maintenance to commercial and domestic gas and electric heating systems to a total stock of 12412 (11808 gas, 604 electric). Repair and maintenance of plumbing equipment; repair and maintenance of electric instantaneous or storage water heaters and immersion heaters; repair and maintenance of central-heating equipment; repair and maintenance of domestic cooking or heating equipment; domestic and commercial gas and electric heating servicing and maintenance; repair and maintenance of central-heating radiators and boilers and parts; electrical installation work of heating and other electrical building-equipment. surveying services; heating-plant repair and maintenance work; repair and maintenance of long-distance heating; checking and servicing of smoke-detection apparatus.
The service is to be a 3* inclusive contract which includes annual gas safety check and maintenance of all gas and electrical heating appliances, 8:00am-8:00pm, Monday to Friday, and 8:00am-5:00pm Saturday (the service will also include a 24 hour 365 day emergency call out provision). Additional heating works/repairs encountered during the servicing will also be undertaken. Smoke detector and Carbon monoxide detector installation and/or checking will also be undertaken on this visit and will include the replacement of batteries or sealed units if required.
Periodic electrical testing, based on a rate of approximately 20 % per year, to the total stock of 12412 over the first 5 years. Following this period it will reduce to 10 % of the stock per annum for the remainder of the contract period. The electrical testing will be carried out in conjunction with the annual gas safety check. Additional electrical works/repairs encountered during the testing will also be undertaken.
Domestic Water (Legionella) testing will also be carried out at the same time as the annual service. Works will consist of a temperature test at hot water outlets and remedial action taken as per the Contracting Authority’s L8 domestic water testing. In addition, a survey of the hot and cold water systems will be undertaken in order to determine condition and material makeup.
Replacement Central Heating programme: the replacement of central heating systems either in part or in full on an annual basis. The work will consist of the installation of new energy efficient central heating boilers and controls as well as the installation and upgrade of pipework and radiators. Replacement or upgrading of electric heating systems will be carried out where required.
Renewable technologies, property surveys and insulation. The installation servicing and maintenance of renewable technologies such as micro combined heat and power units, photovoltaic and/or solar thermal and associated technology, air or ground source heat pumps and associated technology.
The provision for insulation installation and upgrading may also be undertaken. A basic energy survey of the property will also be undertaken at the time of the annual visit. Utility meter readings for gas, electric and water will also be taken. The survey information will be gathered as per the contracting authority’s pro forma in electronic format.
Each service provider will ensure its IT system interfaces with the contracting authority’s IT system for all the services provided by it including provision of information gathered when carrying out the property surveys.
There are 2 existing service providers currently engaged by the contracting authority and it is anticipated that TUPE is likely to apply on commencement of the services.
The PQQ must be returned by the deadline set out in IV.3.4 above. Completed questionnaires received after the deadline set out in IV3.4 above will not be considered. The contracting authority reserves the right not to proceed or award any contract as a result of the procurement process initiated by this notice. Neither the contracting authority nor any person on whose behalf this procurement is undertaken will be liable for any costs incurred by those expressing an interest or tendering for this contract.
The PQQ must be completed and submitted electronically using the delta esourcing procurement portal.
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your response manager and add the following access code: UQ3R7CW734. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is by no later than 12:00 Noon on 27.4.2012. Please ensure that you allow yourself plenty of time to upload your documents when responding to this invitation prior to the closing date and time.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on +44 8452707050 or e-mail helpdesk@delta-esourcing.com. GO reference: GO-2012322-PRO-3803873.
United Kingdom
UNITED KINGDOM
Body responsible for mediation procedures
United Kingdom
UNITED KINGDOM
VI.5)Date of dispatch of this notice:22.3.2012