UK-King's Lynn: Repair and maintenance services of electrical and mechanical building installations.

UK-King's Lynn: Repair and maintenance services of electrical and mechanical building installations.
Section I: Contracting Authority
I.1) Name and addresses
Freebridge Community Housing Limited
Juniper House, Austin Street, King's Lynn, PE30 1DZ, United Kingdom
Tel. +44 1553666881, Email: procurement@freebridge.org.uk
Contact: Mark Wagg, Senior Administrator Procurement, Insurance and Risk
Main Address: https://www.freebridge.org.uk/, Address of the buyer profile: https://www.freebridge.org.uk/
NUTS Code: UKH16
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Repair-and-maintenance-services-of-electrical-and-mechanical-building-installations./P453CNGD4N
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Repair-and-maintenance-services-of-electrical-and-mechanical-building-installations./P453 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Electrical Installation Condition Reports, Remedial Works, Electrical Repairs and Rewiring Works
Reference Number: Not provided
II.1.2) Main CPV Code:
50710000 - Repair and maintenance services of electrical and mechanical building installations.

II.1.3) Type of contract: WORKS
II.1.4) Short description: The provision of Electrical Installation Condition Reports (with remedial works as required). Emergency, Routine and Voids electrical repairs and whole property rewires to meet Freebridge Community Housing’s repair obligations as a landlord.
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH16 North and West Norfolk

II.2.4) Description of procurement: Works comprising of
1) Electrical Installation Condition Reports
a) The testing of domestic, communal and other electrical installations in compliance with the requirements ofthe latest edition and amendment of the IEE wiring regulations
b) The identification of category 1, 2 & 3 remedial works required to both bring the installation to a satisfactorycondition and to meet the current edition and amendment of the IEE wiring regulations
c) The completion of all category 1 & 2 remedial works and if required the completion of all category 3 remedialworks or the identification of properties requiring whole house rewires
2) Electrical Repairs
a) Responsive Electrical Maintenance (including Emergency Works ordered during Normal Working Hours andincluding Mutual Exchange Electric Tests);
b) Out of Hours Emergency Electrical Works; and
c) Void Property Electrical Works including co-ordination with the Client’s gas contractor, asbestos consultantand asbestos licensed contractor, as applicable (for which no payment is made to the Service Provider).
3) Electrical Rewires
a) The full or partial renewal of the electrical installation to domestic, communal or other properties as requiredfollowing Electrical Inspection
The annual estimated value is GBP 1 000 000 and a total estimated contract value of GBP 5 000 000. The formof contract is the NHF Standard Form of Contract 2011 (Rev 4:2016). The Contract will be procured using theOJEU Open procedure and will be for a 4-year and 11 months duration, with
an option to extend up to a further 2 years.
Interested parties should note that there is an incumbent service provider, accordingly TUPE regulations may apply, information relating to the current service provider's employees TUPE and pensions will be provided during the tender stage of the process.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Professional trade membership as stated in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/02/2020 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 21/02/2020
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

All communications shall be in English. Tenders and all supporting documentation must be priced in GBP and all payments under the Contract will be in GBP. Any agreement or form of appointment resulting from the invitation to tender (ITT) will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The contracting authority does not bind itself to accept any tender and reserves the right not to award any part or all parts of the contract. The contracting authority, or its agents,will not be liable for any costs incurred by those tendering for this Contract.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://freebridge.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Repair-and-maintenance-services-of-electrical-and-mechanical-building-installations./P453CNGD4N

To respond to this opportunity, please click here:
https://freebridge.delta-esourcing.com/respond/P453CNGD4N
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079477000
Internet address: http://www.hmcourts-service.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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 will allow unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have two working days from the notification of the award decision to request additional debriefing and that information has o be provided a minimum of three working days before the expiry of the standstill period. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 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). 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. 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.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 20/01/2020

Annex A