Skip to main content.

Freebridge Community Housing Limited: Inspection, Servicing, Maintenance & Installation of Heating Systems

  Freebridge Community Housing Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Inspection, Servicing, Maintenance & Installation of Heating Systems
Notice type: Contract Notice
Authority: Freebridge Community Housing Limited
Nature of contract: Works
Procedure: Open
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.
Published: 20/01/2020 16:46

View Full Notice

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


View any Notice Addenda

View Award Notice

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