By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Gas servicing, repairs and maintenance to Commercial installations.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Richmond Upon Thames Churches Housing Trust & Elmbridge Housing Trust are part of the Paragon Group
85-89 Case House
For the attention of: David Evans
KT12 1DZ Walton-on-Thames
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.paragonchg.co.uk

Address of the buyer profile: www.hamcltd.com(Tenders/Paragon/GasContract)

Electronic access to information: www.hamcltd.com

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
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Gas servicing, repairs and maintenance to Commercial installations.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Surrey, London and surrounding areas.

NUTS code UKI,UKJ

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The following operations:
Provision of repairs, servicing, breakdown (including out of hours) and maintenance to communal gas fired boilers and associated plant, fittings and systems.
II.1.6)Common procurement vocabulary (CPV)

50000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Any figures and values are indicative only and make no representation as to future values.
Estimated value excluding VAT:
Range: between 110 000 and 150 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: One extension, subject to performance.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Bond or Parent Company Guarantee may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Terms of financing and payment arrangements will be set out in the Contract Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Groupings of economic operators may be required to form a legal entity.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: All tenderers will be asked to confirm in a pre-qualification questionnaire that none of the Conditions set down in Article 45 of Directive 2004/18/EC apply to their organisation or expression of interest. A pre qualification questionnaire setting out information to be provided will be made available to all applicant firms that respond to this notice. Applicant firms will be required to complete and return the questionnaire together with supporting documentation by the closing date stipulated on the questionnaire. This wil be evaluated for inclusion on the select tender list on the basis of the submission.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: Applicants will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC. The questionnaire is available from the correspondence address in I above and must be returned to that address by the date stipulated in IV.3.4.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC. The questionnaire is available from the correspondence address in I above and must be returned to that address by the date stipulated in IV.3.4.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: Personnel deployed on this contract shall be suitably qualified and hold Gas Safe registration.
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: These are set out in the PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 4.7.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.7.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The TUPE Regulations may apply. Applicants must seek their own legal advice on the implications of this. The PQQ is ONLY available electronically via the web address provided under the Buyer profile, shown on this Contract Notice. Requestes for alternative methods will be declined.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM

Body responsible for mediation procedures

As above

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Additional information should be required from the address in part I.1.If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2009 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Available from The Cabinet Office Efficiency & Reform Group noted in Section VI.4.3

VI.5)Date of dispatch of this notice:
24.5.2013