Warm and Well in Warwickshire
Warwickshire County Council are looking to establish a Warm and Well in Warwickshire service, with the aim of reducing fuel poverty in Warwickshire and protecting those who are most vulnerable to the health effects of living in cold homes.
United Kingdom-Warwick: Other community, social and personal services
2015/S 099-180427
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Warwickshire County Council
Strategic Procurement Unit, PO Box 3, Shire Hall, Market Place
For the attention of: Heather Boyd, Category Specialist
CV34 4RH Warwick
UNITED KINGDOM
Telephone: +44 1926412430
E-mail: procurement@warwickshire.gov.uk
Internet address(es):
General address of the contracting authority: http://www.warwickshire.gov.uk
Address of the buyer profile: http://www.warwickshire.gov.uk/procurement
Electronic access to information: http://http://www.csw-jets.co.uk
Electronic submission of tenders and requests to participate: http://http://www.csw-jets.co.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 27: Other services
Main site or location of works, place of delivery or of performance: The County Council boundaries of Warwickshire County Council.
NUTS code UKG13
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
1) Provision of information advice and guidance (delivered in a variety of ways, e.g. through provision of an advice line, through direct referrals from partners and through outreach work) with the aim of supporting vulnerable individuals and families in a number of ways to ensure they keep their homes warm in an affordable manner. Training of front-line health and social care professionals, as well as other professionals to give fuel poverty advice and refer as appropriate.
2) Provision of including co-ordination and management of physical interventions in the form of boiler/heating system repairs and boiler replacements (with carbon monoxide detector provision), loft and cavity wall insulation, provision of energy meters, referrals to damp and mould removal services and the Warwickshire County Council emergency heater and warm pack service etc.
II.1.6)Common procurement vocabulary (CPV)
98000000, 85100000, 65200000, 65300000, 45331110, 45331000, 45321000, 85300000, 50000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The proposed contract end date is 16.9.2017 (unless extended).
The initial contract term will be 2 years with the option to extend the contract by further periods not exceeding 24
months at the discretion of the Authority based on the contract performance of the successful applicant and available funding.
The contract review date will be March 2017.
The financial envelope for delivering Warm and Well in Warwickshire is 100 000 GBP per annum.
Estimated value excluding VAT: 100 000 GBP
II.2.2)Information about options
Description of these options: The initial contract term will be 2 years with the option to extend the contract by further periods not exceeding 24 months.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As detailed in the tender documentation.
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
The Council will undertake its financial assessment of the tendering organisation (and if considered necessary by the Council, any partners within a consortium bid) based on its own evaluation of the Tenderers most recent 2 years accounts (or if 2 years accounts are not available, equivalent evidence which confirms financial viability). The assessment of accounts will be supported by an independent credit reference report from Creditsafe where this is available. The Council may also impose a Bond or Performance Guarantee on the successful Tenderer.
Minimum level(s) of standards possibly required: The Council will undertake its financial assessment of the tendering organisation (and if considered necessary by the Council, any partners within a consortium bid) based on its own evaluation of the Tenderers most recent 2 years accounts (or if 2 years accounts are not available, equivalent evidence which confirms financial viability). The assessment of accounts will be supported by an independent credit reference report from Creditsafe where this is available. The Council may also impose a Bond or Performance Guarantee on the successful Tenderer.
III.2.3)Technical capacity
Evidence as stated in the tender documentation.
Minimum level(s) of standards possibly required:
Evidence as stated in the tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 30.6.2015 – 12:15
Place:
Warwickshire County Council, Shire Hall, Market Place, Warwick, CV34 4RH
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Officers of Warwickshire County Council and/or their appointed agents.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 24 months from contract commencement unless the available option periods are taken.
VI.2)Information about European Union funds
VI.3)Additional information
this procurement process. Providers must register with the system to be able to express an interest and
download documents. The web address for CSW-JETS is www.csw-jets.co.uk Registration and use of
CSW-JETS is free. All correspondence or clarifications relating to this procurement must be via the CSWJETS
correspondence function. If you are having trouble registering with CSW-JETS please email us at
procurement@warwickshire.gov.uk Providers must register on CSW-JETS and express an interest in this
project in order to download tender documents and be able to correspond with us about this procurement.
Electronic ordering and/or invoicing and/or payment may be used.
VI.5)Date of dispatch of this notice: