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, Addresses and Contact Point(s):
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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Housing and community amenities

Section II: Object Of The Contract

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: SERVICES

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.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 7,500,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk

Main site or place of performance:
North and West Norfolk


II.2.4) Description of the 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:
Not Provided

II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

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


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2020/S 16-32448



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: C.314
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 21/04/2020

V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Gaswise Services Limited, 04009565
20 Horsleys Field, King's Lynn, PE30 5DD, United Kingdom
Tel. +44 1553769404, Email: info@gaswise.co.uk
Internet address: http://www.gaswise.co.uk
NUTS Code: UKH16
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 7,500,000
Total value of the contract/lot: 7,500,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: 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.
To view this notice, please click here:
https://freebridge.delta-esourcing.com/delta/viewNotice.html?noticeId=489635522

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.4.3) 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 review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 23/04/2020