Contract notice

Information

Published

Expire date: 02/10/2023

External Reference: 2023-518517

FTS Reference: 2023-025711

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

CHS Group / Cambridge Housing Society Ltd
Endurance House Vision Park Chivers Way
Histon Cambridgeshire
CB249ZR
UK
Contact person: Aaron John
Telephone: +44 1707339800
NUTS code:  UKH12 -  Cambridgeshire CC
Internet address(es):
Main address: www.chsgroup.org.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=72457&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 agency/office
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

CHS heating and Electrical procurement
Reference number:  1249 CHS
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

Provision of heating repairs / breakdowns / servicing / installations and certification to domestic and communal boilers and plant. Electrical testing and remedial works including smoke and CO alarms and provision of other electrical services to buildings. Potential for inclusion of alternative heating services such as PV, ground source, air source and the like.
II.1.5)

Estimated total value

Value excluding VAT: 5300000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50720000  -  Repair and maintenance services of central heating
09323000  -  District heating
39715000  -  Water heaters and heating for buildings; plumbing equipment
42515000  -  District heating boiler
44621110  -  Central-heating radiators
44621111  -  Non-electrically-heated central-heating radiators
44621220  -  Central-heating boilers
45232141  -  Heating works
45251200  -  Heating plant construction work
45251250  -  District-heating plant construction work
45259300  -  Heating-plant repair and maintenance work
45315000  -  Electrical installation work of heating and other electrical building-equipment
45331000  -  Heating, ventilation and air-conditioning installation work
45331100  -  Central-heating installation work
50721000  -  Commissioning of heating installations
09300000  -  Electricity, heating, solar and nuclear energy
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45311100  -  Electrical wiring work
45311200  -  Electrical fitting work
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
71314100  -  Electrical services
71334000  -  Mechanical and electrical engineering services
45211100  -  Construction work for houses
45262640  -  Environmental improvement works
45211000  -  Construction work for multi-dwelling buildings and individual houses
II.2.3)

Place of performance

NUTS code:  UKH14 -  Suffolk
NUTS code:  UKH12 -  Cambridgeshire CC
NUTS code:  UKH11 -  Peterborough
NUTS code:  UKH -  EAST OF ENGLAND
Main site or place of performance:  
Cambridgeshire and surrounding areas
II.2.4)

Description of the procurement

Provision of heating repairs / breakdowns / servicing / installations and certification to domestic and communal boilers and plant. Electrical testing and remedial works including smoke and CO alarms and provision of other electrical services to buildings. Potential for inclusion of alternative heating services such as PV, ground source, air source and the like.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  60
Cost criterion  -  Name:  Cost  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 5300000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
It is anticipated 5 bidders will be invited to tender following submission and evaluation of SQs. CHS reserves the right and at their sole discretion to take more than 5 bidders up t a maximum of 8 to the ITT stage where the final score are within 10 marks of the 5th placed bidder at SQ stage.
II.2.10)

Information about variants

Variants will be accepted: no
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

Prospective bidders should note that TUPE will apply to the contract; prospective bidders are advised to seek their own independent advice about the implications of TUPE.

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. As a minimum Gas safe with relevant certification to work on the boiler type and plant. NICEIC or equivalent to allow for safe and legal working on electrical installations.
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 contract and 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

Restricted procedure
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:  02/10/2023
Local time:  12:00
IV.2.3)

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

Date: 20/10/2023
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 : 6  (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 contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award the contract. Neither the Contracting Authority nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the contract.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court England and Wales
The Strand
London
WC2A2LL
UK

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
The Strand
London
WC2A2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
The Contracting Authority will observe a 10-day stand still 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)
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet office
70 Whitehall
London
SW1A2AS
UK