Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Plymouth Community Homes Ltd
Plumer House, Tailyour Road, Crownhill
For the attention of: Amanda Greenall
PL6 5DH Plymouth
UNITED KINGDOM
Telephone: +44 1752388402
E-mail:
Internet address(es):
General address of the contracting authority: http://www.plymouthcommunityhomes.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 authorityBody governed by public law
I.3)Main activityHousing and community amenities
I.4)Contract award on behalf of other contracting authoritiesThe 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:Supply of Gas Boiler Spares and Consignment services to Plymouth Community Homes.
II.1.2)Type of contract and location of works, place of delivery or of performance 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)Background to the Issue of this Invitation to Tender.
Plymouth Community Homes (PCH) are seeking expressions of interest from suitably qualified and highly experienced suppliers for the ongoing supply of gas boiler spares and consignment services to Plymouth Community Homes. The tender is divided into 2 lots: Lot 1 - Gas Boiler Spares - Van Consignment Stock. Lot 2 Gas Boiler Spares - Collection / delivery. A specification of the materials and service requirements of each lot is provided within this Invitation to Tender and only suppliers who can meet the requirements specified as part of their existing core business will be considered for this tender. The proposed contract will be for a duration of 2 years, with the option to extend for a further 2 years, reviewed on an annual basis subject to performance and business unit objectives. The contract has an annual spend of approx. 130k GBP per annum. The suppliers will be selected according to the criteria set out in this Invitation to Tender based on service and availability, quality and pricing offered in the proposal.
II.1.6)Common procurement vocabulary (CPV)44621221, 44620000, 44115200, 44115220, 39715000, 39721410, 39721411, 44612100, 39715200, 39715210
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Plymouth Community Homes (PCH) are seeking expressions of interest from suitably qualified and highly experienced suppliers for the ongoing supply of gas boiler spares and consignment services to Plymouth Community Homes. The tender is divided into 2 lots: Lot 1 - Gas Boiler Spares - Van Consignment Stock. Lot 2 - Gas Boiler Spares - Collection / delivery. A specification of the materials and service requirements of each lot is provided within this Invitation to Tender and only suppliers who can meet the requirements specified as part of their existing core business will be considered for this tender. The proposed contract will be for a duration of 2 years, with the option to extend for a further 2 years, reviewed on an annual basis subject to performance and business unit objectives. The contract has an annual spend of approx. 130k GBP per annum. The suppliers will be selected according to the criteria set out in this Invitation to Tender based on service & availability, quality and pricing offered in the proposal.
Estimated value excluding VAT: 130 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The contract period will be two (2) years with the option for PCH to extend (based on performance) for a further two (2) years. PCH reserve the right to terminate the contract based on an annual performance review and business unit objectives and requirements.
Provisional timetable for recourse to these options:
in months: 48 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Gas Boiler Spares - Van Consignment Stock1)Short descriptionPlymouth Community Homes (PCH) are seeking expressions of interest from suitably qualified and highly experienced suppliers for the ongoing supply of gas boiler spares and consignment services to Plymouth Community Homes. The tender is divided into 2 lots: Lot 1 - Gas Boiler Spares - Van Consignment Stock. Lot 2 - Gas Boiler Spares - Collection. A specification of the materials and service requirements of each lot is provided within this Invitation to Tender.
2)Common procurement vocabulary (CPV)44621221, 44620000, 44115200, 44115220, 39715000, 39721410, 39721411, 44612100, 39715200, 39715210
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: LOT 2 - Gas Boiler Spares - Collection1)Short descriptionPlymouth Community Homes (PCH) are seeking expressions of interest from suitably qualified and highly experienced suppliers for the ongoing supply of gas boiler spares and consignment services to Plymouth Community Homes. The tender is divided into 2 lots: Lot 1 - Gas Boiler Spares - Van Consignment Stock. Lot 2 - Gas Boiler Spares - Collection. A specification of the materials and service requirements of each lot is provided within this Invitation to Tender and only suppliers who can meet the requirements specified as part of their existing core business will be considered for this tender.
2)Common procurement vocabulary (CPV)44621221, 44620000, 44115200, 44115220, 39715000, 39721410, 39721411, 44612100, 39715200, 39715210
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:Details of the deposits and guarantees required from successful bidders will be set out in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Details of the financing conditions and payment arrangements applicable to successful bidders will be set out in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Joint and several liability.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: In accordance with Article 45 of the Consolidated Directive 2004/18/EC and as set out in the tender documents which is available from the address set out in I.1.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete an invitation to tender consistent with the provisions of Directive 2004/18/EC. The questionnaire is available from the address set out at I.1 and must be returned by the date set out at IV.3.4.
Minimum level(s) of standards possibly required: As set out in the tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete an invitation to tender consistent with the provisions of Directive 2004/18/EC. The questionnaire is available from the address set out at I.1 and must be returned by the date set out at IV.3.4.
Minimum level(s) of standards possibly required:
As set out in the tender documents.
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 procedureOpen
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 criteriaThe 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 auctionAn 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 contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 24.3.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate24.3.2014 - 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 upEnglish.
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 recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationPCH reserves the right not to award the contract and/or to award a contract for part or parts of the works/service.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresHigh Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: PCH will allow a period of at least ten (10) calendar days between the date it gives notice to candidates of the decision to award the proposed agreement and the date on which it proposes to conclude the agreement. If, by midnight at the end of the second working day of the ten (10) day standstill period, PCH receives a request in writing from a candidate as to why it was not successful, PCH is required to provide additional information to the candidate.
That information must be provided at least three (3) working days before the expiry of the ten (10) days' standstill period (though the standstill period may be extended if it is not possible to provide the information in time). Requests for additional information should be sent to the contact at section 1.1. An aggrieved candidate who claims that it has suffered or risked loss or damage as a result of breach by PCH of its duties under the Public Contracts Regulations 2006 may take proceedings in the High Court. Any such proceedings must be brought promptly and in any event within three (3) months from the date on which grounds for bringing proceedings first arose (the Court has a discretion to extend the period for good reason).
VI.4.3)Service from which information about the lodging of appeals may be obtainedOffice of Government Commerce
Rosebery Court, St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
Telephone: +44 8450004999
VI.5)Date of dispatch of this notice:31.1.2014