Contract notice

Information

Published

Date of dispatch of this notice: 31/07/2019

Expire date: 30/08/2019

External Reference: 2019-512547

TED Reference: 2019/S 149-366088

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Wealden District Council
Council Office, Vicarage Lane
Hailsham
BN27 2AX
UK
Contact person: Fiona Lowe
Telephone: +44 7903788645
Internet address(es):
Address of the buyer profile: http://www.wealden.gov.uk/

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=29465&B=ECHELON
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Wealden District Council Asset Management Contracts
Reference number:  Ech 907
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Works
II.1.4)

Short description

Wealden District Council is seeking expressions of interest from suitably skilled and experienced Service Providers for the delivery of a range of asset management works under 4 contracts: Lot 1 - responsive repairs, void and capital works; Lot 2 - electrical works; Lot 3 - domestic heating works; Lot 4 - commercial heating and mechanical works. The TPC 2005 (as amended) contracts will be for a maximum term of 15 years, commencing in phases between 1 October 2020 and November 2021. An overarching Strategic Alliance Agreement between all parties will cover areas of joint responsibility including ICT and contact centre arrangements. Wealden DC is following a Competitive Dialogue procedure in accordance with the Public Contracts Regulations 2015. Providers can bid for one Lot only. Following evaluation of SQs, Wealden anticipates shortlisting 3 bidders per Lot to be invited to participate in the second stage of the process. Full details are in the procurement documents.
II.1.5)

Estimated total value

Value excluding VAT: 90000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  one lot only
Maximum number of lots that may be awarded to one tenderer:  1
II.2)

Description

II.2.1)

Title

Lot 1 - Responsive repairs, void and capital works
Lot No:  1
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45100000  -  Site preparation work
45110000  -  Building demolition and wrecking work and earthmoving work
45111000  -  Demolition, site preparation and clearance work
45111200  -  Site preparation and clearance work
45300000  -  Building installation work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312000  -  Alarm system and antenna installation work
45312100  -  Fire-alarm system installation work
45315000  -  Electrical installation work of heating and other electrical building-equipment
45320000  -  Insulation work
45330000  -  Plumbing and sanitary works
45331000  -  Heating, ventilation and air-conditioning installation work
45331100  -  Central-heating installation work
45331110  -  Boiler installation work
45331200  -  Ventilation and air-conditioning installation work
45332000  -  Plumbing and drain-laying work
45332200  -  Water plumbing work
45332400  -  Sanitary fixture installation work
45333000  -  Gas-fitting installation work
45340000  -  Fencing, railing and safety equipment installation work
45343000  -  Fire-prevention installation works
45343100  -  Fireproofing work
45350000  -  Mechanical installations
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing work
45450000  -  Other building completion work
45451000  -  Decoration work
45453000  -  Overhaul and refurbishment work
45453100  -  Refurbishment work
45454000  -  Restructuring work
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
50712000  -  Repair and maintenance services of mechanical building installations
50720000  -  Repair and maintenance services of central heating
50721000  -  Commissioning of heating installations
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
II.2.3)

Place of performance

Main site or place of performance:  
South Essex
II.2.4)

Description of the procurement

Delivery of responsive repairs, void and capital works across Wealden DC's property portfolio. Responsive repairs and voids will be delivered via a PPP/PPV model Capital works will be delivered via a blend of archetype, SOR and quotation based pricing.
The TPC 2005 (as amended) contract will run for a maximum term of 15 years. An overarching Strategic Alliance Agreement, to which the other three Service Providers and Wealden DC will be party, will set out requirements in respect of areas for which the Service Providers will be jointly responsible, including ICT, contact centre/call handling arrangements, the delivery of social value and supply chain arrangements.
Wealden DC is following a three-stage Competitive Dialogue procedure in accordance with the Public Contracts Regulations 2015. This is to enable dialogue between Wealden DC and prospective Service Providers on service delivery requirements and the joint areas of responsibility including the ICT solution.
Under the first stage of the process, prospective Service Providers are required to complete a Selection Questionnaire and its related appendices. Following evaluation of submitted SQs, Wealden DC anticipates shortlisting 3 bidders per Lot to be Invited to Submit Detailed Solutions under the second stage of the process. Bidders are permitted to bid for one Lot only.
Full details are in the procurement documents.
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: 67500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 180
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract will run for an initial period of 10 years with the option to extend it by up to a further 5 years.
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

The provisions under the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply.
II.2)

Description

II.2.1)

Title

Lot 2 - Electrical works
Lot No:  2
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45100000  -  Site preparation work
45110000  -  Building demolition and wrecking work and earthmoving work
45111000  -  Demolition, site preparation and clearance work
45111200  -  Site preparation and clearance work
45300000  -  Building installation work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312000  -  Alarm system and antenna installation work
45312100  -  Fire-alarm system installation work
45315000  -  Electrical installation work of heating and other electrical building-equipment
45320000  -  Insulation work
45330000  -  Plumbing and sanitary works
45331000  -  Heating, ventilation and air-conditioning installation work
45331100  -  Central-heating installation work
45331110  -  Boiler installation work
45331200  -  Ventilation and air-conditioning installation work
45332000  -  Plumbing and drain-laying work
45332200  -  Water plumbing work
45332400  -  Sanitary fixture installation work
45333000  -  Gas-fitting installation work
45340000  -  Fencing, railing and safety equipment installation work
45343000  -  Fire-prevention installation works
45343100  -  Fireproofing work
45350000  -  Mechanical installations
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing work
45450000  -  Other building completion work
45451000  -  Decoration work
45453000  -  Overhaul and refurbishment work
45453100  -  Refurbishment work
45454000  -  Restructuring work
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
50712000  -  Repair and maintenance services of mechanical building installations
50720000  -  Repair and maintenance services of central heating
50721000  -  Commissioning of heating installations
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
II.2.3)

Place of performance

Main site or place of performance:  
East Sussex
II.2.4)

Description of the procurement

Delivery of electrical repairs, servicing and planned works across Wealden DC's property portfolio. Works will be delivered via a blend of annual rates, SOR and archetype pricing.
The TPC 2005 (as amended) contract will run for a maximum term of 15 years. An overarching Strategic Alliance Agreement, to which the other three Service Providers and Wealden DC will be party, will set out requirements in respect of areas for which the Service Providers will be jointly responsible, including ICT, contact centre/call handling arrangements, the delivery of social value and supply chain arrangements.
Wealden DC is following a three-stage Competitive Dialogue procedure in accordance with the Public Contracts Regulations 2015. This is to enable dialogue between Wealden DC and prospective Service Providers on service delivery requirements and the joint areas of responsibility including the ICT solution.
Under the first stage of the process, prospective Service Providers are required to complete a Selection Questionnaire and its related appendices. Following evaluation of submitted SQs, Wealden DC anticipates shortlisting 3 bidders per Lot to be Invited to Submit Detailed Solutions under the second stage of the process. Bidders are permitted to bid for one Lot only.
Full details are in the procurement documents.
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: 7500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 180
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract will run for an initial period of 10 years with the option to extend it by up to a further 5 years.
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

The provisions under the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply.
II.2)

Description

II.2.1)

Title

Lot 3 - Domestic heating works
Lot No:  3
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45100000  -  Site preparation work
45110000  -  Building demolition and wrecking work and earthmoving work
45111000  -  Demolition, site preparation and clearance work
45111200  -  Site preparation and clearance work
45300000  -  Building installation work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312000  -  Alarm system and antenna installation work
45312100  -  Fire-alarm system installation work
45315000  -  Electrical installation work of heating and other electrical building-equipment
45320000  -  Insulation work
45330000  -  Plumbing and sanitary works
45331000  -  Heating, ventilation and air-conditioning installation work
45331100  -  Central-heating installation work
45331110  -  Boiler installation work
45331200  -  Ventilation and air-conditioning installation work
45332000  -  Plumbing and drain-laying work
45332200  -  Water plumbing work
45332400  -  Sanitary fixture installation work
45333000  -  Gas-fitting installation work
45340000  -  Fencing, railing and safety equipment installation work
45343000  -  Fire-prevention installation works
45343100  -  Fireproofing work
45350000  -  Mechanical installations
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing work
45450000  -  Other building completion work
45451000  -  Decoration work
45453000  -  Overhaul and refurbishment work
45453100  -  Refurbishment work
45454000  -  Restructuring work
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
50712000  -  Repair and maintenance services of mechanical building installations
50720000  -  Repair and maintenance services of central heating
50721000  -  Commissioning of heating installations
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
II.2.3)

Place of performance

Main site or place of performance:  
East Sussex
II.2.4)

Description of the procurement

Delivery of domestic heating servicing, repair and installation works across Wealden DC's property portfolio, under a 4* model.
The TPC 2005 (as amended) contract will run for a maximum term of 15 years. An overarching Strategic Alliance Agreement, to which the other three Service Providers and Wealden DC will be party, will set out requirements in respect of areas for which the Service Providers will be jointly responsible, including ICT, contact centre/call handling arrangements, the delivery of social value and supply chain arrangements.
Wealden DC is following a three-stage Competitive Dialogue procedure in accordance with the Public Contracts Regulations 2015. This is to enable dialogue between Wealden DC and prospective Service Providers on service delivery requirements and the joint areas of responsibility including the ICT solution.
Under the first stage of the process, prospective Service Providers are required to complete a Selection Questionnaire and its related appendices. Following evaluation of submitted SQs, Wealden DC anticipates shortlisting 3 bidders per Lot to be Invited to Submit Detailed Solutions under the second stage of the process. Bidders are permitted to bid for one Lot only.
Full details are in the procurement documents.
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: 11250000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 180
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract will run for an initial period of 10 years with the option to extend by up to a further 5 years.
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

The provisions under the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply.
II.2)

Description

II.2.1)

Title

Lot 4 - Commercial heating and electrical works
Lot No:  4
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45100000  -  Site preparation work
45110000  -  Building demolition and wrecking work and earthmoving work
45111000  -  Demolition, site preparation and clearance work
45111200  -  Site preparation and clearance work
45300000  -  Building installation work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312000  -  Alarm system and antenna installation work
45312100  -  Fire-alarm system installation work
45315000  -  Electrical installation work of heating and other electrical building-equipment
45320000  -  Insulation work
45330000  -  Plumbing and sanitary works
45331000  -  Heating, ventilation and air-conditioning installation work
45331100  -  Central-heating installation work
45331110  -  Boiler installation work
45331200  -  Ventilation and air-conditioning installation work
45332000  -  Plumbing and drain-laying work
45332200  -  Water plumbing work
45332400  -  Sanitary fixture installation work
45333000  -  Gas-fitting installation work
45340000  -  Fencing, railing and safety equipment installation work
45343000  -  Fire-prevention installation works
45343100  -  Fireproofing work
45350000  -  Mechanical installations
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing work
45450000  -  Other building completion work
45451000  -  Decoration work
45453000  -  Overhaul and refurbishment work
45453100  -  Refurbishment work
45454000  -  Restructuring work
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
50712000  -  Repair and maintenance services of mechanical building installations
50720000  -  Repair and maintenance services of central heating
50721000  -  Commissioning of heating installations
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
II.2.3)

Place of performance

Main site or place of performance:  
East Sussex
II.2.4)

Description of the procurement

Delivery of commercial heating and mechanical servicing, repair and installation works across Wealden DC's property portfolio. Works will be delivered via a combination of annual cost, SOR and quotation based pricing.
The TPC 2005 (as amended) contract will run for a maximum term of 15 years. An overarching Strategic Alliance Agreement, to which the other three Service Providers and Wealden DC will be party, will set out requirements in respect of areas for which the Service Providers will be jointly responsible, including ICT, contact centre/call handling arrangements, the delivery of social value and supply chain arrangements.
Wealden DC is following a three-stage Competitive Dialogue procedure in accordance with the Public Contracts Regulations 2015. This is to enable dialogue between Wealden DC and prospective Service Providers on service delivery requirements and the joint areas of responsibility including the ICT solution.
Under the first stage of the process, prospective Service Providers are required to complete a Selection Questionnaire and its related appendices. Following evaluation of submitted SQs, Wealden DC anticipates shortlisting 3 bidders per Lot to be Invited to Submit Detailed Solutions under the second stage of the process. Bidders are permitted to bid for one Lot only.
Full details are in the procurement documents.
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: 3750000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 180
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract will run for an initial period of 10 years with the option to extend by up to a further 5 years.
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

The provisions under the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply.

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:  As set out in the procurement documents.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement documents.
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/08/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 18/09/2019
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 months : 24  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The Contracting Authority reserves the right to cancel the procurement and not to proceed with the long term contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award a contract. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this contract.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

Cabinet Office
70 Whitehall
L
SW1A 2AS
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Wealden District Council will observe a standstill period following the award of the Contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).