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

Handyperson Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Isle of Wight Council
County Hall
For the attention of: Denise Thomson
PO30 1UD Newport
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.iwight.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
Regional or local authority
I.3)Main activity
General public services
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:
Handyperson Service.
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: Isle of Wight.

NUTS code UKJ34

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 service provides practical help with minor household repairs and improvements for older and vulnerable residents to enable them to stay in their own homes. A handyperson job is defined as work that can be completed within a two hour timeframe - e.g. changing light bulbs, fixing leaky taps, repairing windows etc. - and the labour (but not the materials) is provided free to the recipient. In addition the service provider must provide an effective advisory service.
II.1.6)Common procurement vocabulary (CPV)

50000000, 85312310

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:
Handyperson service - The Service Provider shall provide annual volumes of service as follows: A minimum number of 1,400 individual Handyperson jobs per year within the contract period. The Service Provider must manage the service volume to enable constant availability, and in the event that it becomes evident from the monitoring information gathered that projected demand for any service element is likely to exceed the anticipated annual service volumes, the Service Provider and the Service Purchaser shall meet to agree a strategy for managing demand. Advice Services - The Service Provider shall assess whether provision of advice to each customer is appropriate. The Service Provider may need to gather financial and personal information, in order to advise the Service User of the potential options available to them. The Service Provider shall take all reasonable steps to ensure that all information concerning Service Users is treated as confidential and must not divulge or allow to be divulged such information. Advice should include the following:
- where to get other help with repairs that are out of the scope of this Agreement;
- information and advice enabling customers to achieve affordable warmth, including energy efficiency measures from local and national schemes;
- information and advice on home maintenance, health and safety, and security in the home;
- information and advice on accessing other housing related services from the public bodies and voluntary agencies such as The Footprint Trust, including the provision of a link with health and social services;
- where to get other advice as necessary.
All information provided will be clear, impartial, understandable and on the basis that the client will have access to further advice if required.
II.2.2)Information about options
Options: yes
Description of these options: 3 years with option to extend for further period of up to 2 years at the sole discretion of Isle of Wight Council.
II.2.3)Information about renewals
This contract is subject to renewal: no
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:
A performance bond and/or parent company guarantee maybe required. Further information will be provided within the tender document.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment shall be made in accordance with the payment provisions in the contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council reserves the right to require bidders to take legal form, or to require one party to take primary liability or to require that each party take joint and several liability. Further information will be provided within the tender document.
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: Bidders will be required to complete Tenderer Questionnaire which the Council will use to evaluate and short list potential providers. The Council will assess their economic and financial standing, technical capacity and ability to ensure they meet the Council's minimum requirements.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per the Tenderer Questionnaire, including submission of 3 years audited accounts, compliance with the Council's insurance requirements, confirmation that none of the exclusionary conditions in the Public Contracts Regulations 2006 applies to the potential provider and confirmation of any pending or threatened legal proceedings against the potential provider.
Minimum level(s) of standards possibly required: To meet the minimum financial thresholds the potential provider must comply with the following:
- that if you have less than 3 years accounts information can be provided for either question 3.2 of the Tenderer Questionnaire,
- that your average current ratio* over the past 3 years exceeds 0.50,
- that if the organisation is a subsidiary of a group, information for 3.1 and 3.2 of the Tenderer Questionnaire is provided for both the subsidiary and the ultimate parent company,
- where a consortium or association is proposed the information in 3.1 and 3.2 of the Tenderer Questionnaire is requested for each member company,
- where the potential provider is dependant financially on a parent company confirmation is required that a parent guarantee is available if requested,
- confirm that a bankers reference is available on request.
This assessment will be a risk based assessment using the information provided and will be scored on a pass/fail basis.
*The current ratio will look at current assets and current liabilities from a company's balance sheet and measures the availability of cash to pay debt.
Potential providers will also be asked to confirm that none of the exclusionary conditions of Regulation 23 (1) of the Public Contract Regulations 2006 (as amended) applies.
Potential providers will also be required to comply with the Council's insurance requirements:
- 10 000 000 GBP employers liability;
- 10 000 000 GBP public liability;
- 1 000 000 GBP professional indemnity.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The minimum competency threshold is 70 %. Any potential provider who passes all of the pass/fail questions and achieves a score of 70 % or above will have their price and quality submission assessed.
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: no
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
CWSC/1304/T01
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: 16.9.2013 - 14:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.9.2013 - 14:00
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
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 16.9.2013 - 15:00

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 Freedom of Information Act (FOI) 2000 which came into force on 1.1.2005 applies to the Council. If any tenderer considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity specified. A schedule is provided within the PQQ and/or ITT where potential providers can record and submit this information to the Council. In such cases the relevant material will, in response to FOI requests, be examined in light of exemptions provided for in this act. If you do not get a response within 24 hours of initially requesting the documentation, it is the tenderers responsibility to re contact the Isle of Wight Council to obtain the documents. The contract shall be made in English and according to English Law and subject to the jurisdiction of the English Courts.
Any values listed in this contract notice are indicative. Although documents will be available up to the closing time and date for submissions, it is the tenderers responsibility to ensure that they request the documents in ample time to ensure that they can be completed and returned, along with all supporting documentation called for, prior to the closing time and date.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The award of the contract/framework agreement will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract Agreement is communicated to all tenderers. Unsuccessful tenderers will be provided, as standard, with a full debrief in writing before the contract Agreement is entered into. Proceedings are to be regarded as started only when the Claim Form is served in compliance with Regulation 47F (1) of the Public Contract Regulations 2006 (as amended). Regulation 47D (2) of the Public Contracts Regulations 2006 (as amended) require proceedings to be commenced within 3 months. Regulation 47E (2)(a) of the Public Contracts Regulations 2006 (as amended) require any proceedings in relation to ineffectiveness to be commenced within 30 days. These time limits are beginning with the date when the claimants became aware that they could make a claim or ought to have been so aware.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
25.7.2013