UK-King's Lynn: Repair and maintenance services of central heating.

UK-King's Lynn: Repair and maintenance services of central heating.
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-central-heating./98D9QRA4FG
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-central-heating./98D9QRA4FG 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: Inspection, Servicing, Maintenance & Installation of Heating Systems
Reference Number: Not provided
II.1.2) Main CPV Code:
50720000 - Repair and maintenance services of central heating.

II.1.3) Type of contract: WORKS
II.1.4) Short description: The provision of inspection, servicing, maintenance & installation of heating systems to Freebridge Community
Housing's housing stock, with the overall aim of Freebridge being to achieve safe, well maintained installations
fully compliant with legislative guidance and regulatory requirements.
II.1.5) Estimated total value:
Value excluding VAT: 7,500,000
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) Inspection, Servicing, Repair and Maintenance requirements for domestic properties with Gas (including
LPG) Fuelled Systems,
2) Inspection, Servicing, Repair and Maintenance requirements for domestic properties with Oil Fuelled
Systems,
3) Inspection, Servicing, Repair and Maintenance requirements for domestic properties with Solid Fuel Systems,
4) Inspection, Servicing, Repair and Maintenance requirements for domestic properties with Air Source Heat
Pump Systems,
5) Inspection, Servicing, Repair and Maintenance requirements for domestic properties without Gas (including
LPG), Oil, Solid Fuel or Air Source Heat Pump Systems,
6) Inspection, Servicing, Repair and Maintenance requirements for Biomass, Gas or Oil Fuelled Communal/
Scheme based Systems,
7) Planned Replacement / Renewal of obsolete Appliances and Systems.
The annual estimated value is GBP 1 500 000 and a total estimated contract value of GBP 7 500 000. The form
of contract will be the JCT Standard Form of Measured Term Contract 2016 Edition (MTC 2016). The Contract
will be procured using the OJEU 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: 7,500,000
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): 4

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-central-heating./98D9QRA4FG

To respond to this opportunity, please click here:
https://freebridge.delta-esourcing.com/respond/98D9QRA4FG
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
to 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