HS1 Heating Services Wales
Workstream 1 – Third Party Auditors- Independent Compliance Audits for Gas, Electrical and Heating installation.
United Kingdom-Uxbridge: Repair and maintenance services of electrical and mechanical building installations
2016/S 231-421845
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
LHC
Royal House, 2-4 Vine Street
For the attention of: Colin Scoines
UB8 1QE Uxbridge
United Kingdom
Telephone: +44 1895274800
E-mail: colin.scoines@lhc.gov.uk
Internet address(es):
General address of the contracting authority: http://lhc.gov.uk
Address of the buyer profile: http://lhc.gov.uk/24
Electronic access to information: https://lhc.gov.uk/Join-as-a-Supplier/supplier-opportunties/
Electronic submission of tenders and requests to participate: https://tenders.lhc.gov.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)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Lot 14 — NUTS Code and Region, LN — North Wales, L11 -Isle of Anglesey, L12 — Gwynedd & L13 — Conwy and Denbighshire
Lot 15 — NUTS Code and Region, LM — Mid Wales, L14 — South West Wales & L16 — Gwent Valleys
Lot 16 — NUTS Code and Region LS — South Wales, L17 — Bridgend and Neath Port Talbot, L18 — Swansea, L24 — Powys, L23 — Flintshire and Wrexham, L21 — Monmouthshire and Newport & L22 — Cardiff and Vale of Glamorgan.
NUTS code UKL
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 40
Duration of the framework agreement
Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
Workstream 1 — Third Party Auditors (Gas, Electrical and Heating Compliance)
Workstream 2 — Heating System, Service, Repairs & Installations.
II.1.6)Common procurement vocabulary (CPV)
50710000, 50720000, 45330000, 45350000, 39715000, 39715100, 42511110, 09323000, 42515000, 09331200, 71630000
II.1.8)Lots
Tenders may be submitted for one or more lots
II.2.1)Total quantity or scope:
Workstream 2 — Heating System — Service, Repairs & Installations — The provision of various types of services contracts for public sector housing stock, this shall including fully comprehensive, 24/7 365 days planned and responsive heating system contracts. Undertaken by companies that offer 24/7 Call Centre facilities with IT database systems capable of holding detailed tenant information including addresses, occupier information, assets details, call and fault data, KPI information and Electronic Landlord Gas Safety Certificates and managing tenant phone calls and actively managing a client’s LGSR compliance duties. Including full Management, Administration, Managing various service trade operatives and Supplying replacement parts, boilers, and complete heating systems.
Workstream 2- Includes the addition task for companies that can provide — Commercial Heating Services, this shall be optional (Non-Mandatory, this will be assessed by LHC for the quality and compliance and price but will not form part of the final scored evaluation).
If any task is to be undertaken by a sub-contractor (including a subsidiary company), this must be declared including if so, for what proportion of the contract.
II.2.2)Information about options
II.2.3)Information about renewals
Information about lots
Lot No: 1 Lot title: HS1 Heating Services (Wales)- Lot 14 North Wales
1)Short description
Workstream 2 — Heating System — Service, Repairs & Installations
Lot 14 — NUTS Code and Region, LN — North Wales, L11 -Isle of Anglesey, L12 — Gwynedd & L13 — Conwy and Denbighshire.
2)Common procurement vocabulary (CPV)
50710000, 50720000, 45330000, 45350000, 39715000, 39715100, 42511110, 09323000, 42515000, 09331200, 71630000
3)Quantity or scope
5)Additional information about lots
Lot No: 2 Lot title: HS1 Heating Services (England) — Lot 15 Central Wales
1)Short description
Workstream 2 — Heating System — Service, Repairs & Installations
Lot 15 — NUTS Code and Region, LM — Mid Wales, L14 — South West Wales & L16 — Gwent Valleys.
2)Common procurement vocabulary (CPV)
50710000, 50720000, 45330000, 45350000, 39715000, 39715100, 42511110, 09323000, 42515000, 09331200, 71630000
3)Quantity or scope
5)Additional information about lots
Lot No: 3 Lot title: HS1 Heating Services (England) — Lot 16 South Wales
1)Short description
Workstream 2 — Heating System — Service, Repairs & Installations
Lot 16 — NUTS Code and Region LS — South Wales, L17 — Bridgend and Neath Port Talbot, L18 — Swansea, L24 — Powys, L23 — Flintshire and Wrexham, L21 — Monmouthshire and Newport & L22 — Cardiff and Vale of Glamorgan.
2)Common procurement vocabulary (CPV)
50710000, 50720000, 45330000, 45350000, 39715000, 39715100, 42511110, 09323000, 42515000, 09331200, 71630000
3)Quantity or scope
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
at the time of the submission of the Tender and the relationship between participants clearly explained. All
information should be given in respect of the proposed lead organisation. Relevant information should also
be provided in respect of each and all of the Consortium or group members or Contractors who will play a
significant role in the delivery of this Contract.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Turnover: Calculated at twice the estimated value of a single project, If a company turnover exceeds the value, then it passes this ratio: Workstream One — Third-Party Auditors 50 200 GBP and
Workstream Two — Heating Service, Repair & Installations GBP 1 000 000
Profitability: Calculated as profit after tax but before dividends and minority interests, If a company makes a profit, then its above this ratio: 1:1 Minimum level(s) of standards possibly required: (if applicable) Insurances
Employer’s (Compulsory) Liability Insurance — 5 000 000 GBP
Public Liability Insurance — 5 000 000 GBP
Professional Indemnity Insurance — 5 000 000 GBP
Product Liability Insurance — 5 000 000 GBP.
III.2.3)Technical capacity
Workstream 1 — Tenders shall disclose evidence of their Skills, Knowledge and, Experience to undertake Gap analysis of landlords Duties under the Health & Safety Act 1974, Gas & Electrical Safety Awareness training to clients and their tenants. Provide an independent review of the Landlord Installations to ensure that the Gas, Electrical and Heating installations are compliant with current standards regulatory standards and provide an independent review of the client’s contractors.
Workstream 2 — Tenders shall be required to disclose evidence that the have the Skill, Knowledge, and Experience to operate a fully comprehensive, 24/7 365 days planned and responsive contracts.
To undertake this service Tenders shall be required to demonstrate they have the following. 24/7 Call Centre facilities with IT database systems capable of holding detailed tenant information including addresses, occupier information, assets details, call and fault data, KPI information and Electronic Landlord Gas Safety Certificates. Tenders shall demonstrate their technical ability to manage such contracts including Management, Administration, Managing a various service trade operatives and Supplying replacement parts, boilers and complete heating systems.
Minimum level(s) of standards possibly required:
Tenderers must have in place, Quality, Health & Safety, and Environmental. These shall be to recognized international ISO standards accredited to countries nominated independent third party certificate. In the UK this is UKAS, the foreign equivalent is accepted OR The bidder must meet the requirements specified in the tender documents (additional questions and evidence). Minimum level(s) of standards possibly required: BS EN ISO 9001 Quality assurance system BS OHSAS 18001 Health & Safety or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in the registered membership of the Safety Schemes in Procurement (SSIP) forum BS EN ISO 14001 Environmental Management or a valid EMAS certificate, Corporate Social Responsibility: Economic operators shall be required to demonstrate clear and transparent policies and practices.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 40
2. Price. Weighting 40
3. Sustainabilty. Weighting 20
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 146-264780 of 30.7.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Other: None.
IV.3.8)Conditions for opening of tenders
Date: 2.2.2017 – 13:00
Place:
LHC Office Uxbridge
Section VI: Complementary information
VI.4.1)Body responsible for appeal procedures
LHC
UB81QE Uxbridge
United Kingdom
E-mail: info@lhc.gov.uk
Telephone: +44 1895274800
Internet address: http://lhc.gov.uk
VI.4.2)Lodging of appeals
The final decision letter shall include the statutory 10 Day Standstill period.
Appeals relating to the award decision shall not be accepted after this date.
VI.4.3)Service from which information about the lodging of appeals may be obtained
LHC
UB81QE Uxbridge
United Kingdom
E-mail: info@lhc.gov.uk
Telephone: +44 1895274800
Internet address: http://lhc.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
HS1 Heating Services Tender England
Fife Council Commercial Heating Framework
PPM and HVAC Maintenance Contract London
Northamptonshire County Council Boiler Replacement Programme