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

Gas Heating Installations Programme 2014-2019.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Broxtowe Borough Council
Council Offices, Foster Avenue, Beeston
For the attention of: Steve Cotterill
NG9 1AB Nottingham
UNITED KINGDOM
Telephone: +44 1159177777
E-mail:

Internet address(es):

General address of the contracting authority: www.broxtowe.gov.uk

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA5263

Electronic access to information: Sent by email
Electronic submission of tenders and requests to participate: Request to participate by email

Further information can be obtained from: Broxtowe Borough Council
Council Offices, Foster Avenue, Beeston
For the attention of: Steve Cotterill
NG9 1AB Nottingham
UNITED KINGDOM
Telephone: +44 1159177777
E-mail:
Internet address: www.broxtowe.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Broxtowe Borough Council
Council Offices, Foster Avenue, Beeston
For the attention of: Steve Cotterill
NG9 1AB Nottingham
UNITED KINGDOM
Telephone: +44 1159177777
E-mail:
Internet address: www.broxtowe.gov.uk

Tenders or requests to participate must be sent to: Broxtowe Borough Council
Council Offices, Foster Avenue, Beeston
For the attention of: Steve Cotterill
NG9 1AB Nottingham
UNITED KINGDOM
Telephone: +44 1159177777
Internet address: www.broxtowe.gov.uk

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:
Gas Heating Installations Programme 2014-2019.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Borough of Broxtowe.

NUTS code UKF14

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)
Broxtowe Borough Council is looking to select a suitable Contractor to support the delivery of its Gas Heating Installation Programme into tenanted residential accommodation.
This contract will cover the planned replacement of boilers and systems that are beyond economical repair and are targeted by this authority for renewal.
The contract also includes the replacement of appliances in the event of spares not being available and the replacement of appliance casings that have been damaged by the tenant.
Typically the work may comprise of all or part of the following:
1. Removal and disposal of existing boilers and heating systems completely
2. Supply and Installation of new boilers and heating systems including all associated works
3. Supply and Installation of feature electric fire suites
4. Provision of 24 hour emergency cover
5. Carry out supply and installation of insulation measures under the Electricity and Gas (Energy Companies Obligation) Order 2012 'ECO'.
II.1.6)Common procurement vocabulary (CPV)

44620000, 44621000, 44621200, 44621220

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
Over the 5 year contract the value could be up to GBP 15 millon. There is no guarantee of volume of work.
Estimated value excluding VAT:
Range: between 5 000 000 and 15 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract is for 5 years, with an option of a break after 3 years in favour of the 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
Starting 22.7.2014. Completion 22.7.2019

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See PQQ documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See PQQ documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but if as contract is awarded to a consortium then the Contracting Authority may require the consortium to form a legal entity before entering into a contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: See tender documentation.
This may include conditions relating to environmental and social requirements.
KPI monitoring will be implemented from the outset with reviews as the mechanism for determining progression of the supplies programme.
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: The qualification criteria are set out in a prequalification questionnaire ('PQQ') which can be obtained from the address in section I.1.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The information and documentation required is set out in the PQQ which can be requested from the address in Section I.1. 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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The information and documentation required is set out in the PQQ which can be requested from the address in Section I.1. 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.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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 number of operators: 7
Objective criteria for choosing the limited number of candidates: See PQQ documents.
The Council reserves the right to increase the number of operators by one or two if their scores are sufficiently close to the cut-off point.
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:
CW15:080:002
IV.3.2)Previous publication(s) concerning the same contract
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: 21.2.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
28.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
11.4.2014
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: yes
Estimated timing for further notices to be published: July 2018.
VI.2)Information about European Union funds
VI.3)Additional information
1) The bidders will be expected to work with the Council to identify recruitment and training opportunities and identify areas where the local community will benefit from the award of this contract.
2) Transfer of Undertakings (Protection of Employment) Regulations may be applicable to this contract but it is unlikely. To be confirmed at Invitation to Tender stage.
3) The contracting authority is subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. All information received will be dealt with in accordance with that Act and information to which the Environmental Information Regulations apply will be dealt with in accordance with those Regulations.
4) The right is reserved not to proceed or not to award a contract for the whole or part of proposed procurement. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.
5) Contractor must be committed to properly resourcing all stages of the Project and to working together to ensure the existing Broxtowe Housing Service is safely and properly maintained with minimal disruption, whilst managing and minimising risk, improving quality and adding value. The Council is looking for a contractor who has the resources and flexibility to cope with the variations in workload that affect local authority housing providers. The quality of service will form a major part of the selection criteria, therefore companies must be able to demonstrate to the Council that customer care is the forefront of their policies. Sufficient resources must be available to both carry out this frequency of work as well as supervising it.
6)Key Performance Indicators
KPI monitoring will be implemented from the outset with reviews as the mechanism for determining progression of the programme.
The Contractor will be expected to achieve rigorous KPI benchmark scores. Results will be discussed at monthly site meetings. The Council would expect that this benchmark is improved year on year and continued failure to meet the set targets may result in contract termination.
7) The contract is for five years, with an option of a break after 3 years.
8) The contract value of between GBP 5 000 000 and GBP 1 5000 000 represents the uncertainty of Council budgets, future costs and actual length of contract (5 years maximum depending on performance). Ideally the contract will be worth GBP 2 000 000 to GBP 2 500 000 per year.
9) The Council reserves the right to award up to 20 % of the contract value outside of this procurement process, as allowed by the Public Contracts Regulations 2006.
(MT Ref:109999)
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 Council will incorporate a minimum 10 calendar-day standstill period at the point information on the award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into. Such information should be requested from the address stated in section I.1 above. If an appeal regarding the award of Contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 no 5) as amended by the Public Contracts (Amendments) Regulations 2009 (SI 2009 No 2992) and The Public Procurement (Miscellaneous Amendments) Regulations 2011 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 started within 30 days beginning with the date when the aggrieved party first knew or ought to have known thatgrounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers thatthere is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. 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. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly,declare the contract to be 'ineffective.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
27.1.2014