Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityHousing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
R0024 — Radius Housing Communal Mechanical and Electrical Measured Term Maintenance Contract
II.1.2)Main CPV code50710000
II.1.3)Type of contractServices
II.1.4)Short description:
Radius is seeking a Contractor to provide a comprehensive periodic servicing, testing and inspection routine and responsive maintenance service comprising of day to-day responsive maintenance, major works (minor planned maintenance), and out of hours emergency callout repairs to a number of communal mechanical and electrical installations in occupied and unoccupied general needs, sheltered and supported residential properties, garages, communal facilities, commercial property and areas/open spaces for which it has landlord responsibility. The Contract will be based on the NHF Form of Contract. Applicants are advised that TUPE may apply to the Contract.
II.1.5)Estimated total valueValue excluding VAT: 14 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)50711000
50712000
50610000
II.2.3)Place of performanceNUTS code: UKN
II.2.4)Description of the procurement:
Radius is seeking a Contractor to provide a comprehensive periodic servicing, testing and inspection routine and responsive maintenance service comprising of day to-day responsive maintenance, major works (minor planned maintenance), and out of hours emergency callout repairs to a number of communal mechanical and electrical installations in occupied and unoccupied general needs, sheltered and supported residential properties, garages, communal facilities, commercial property and areas/open spaces for which it has landlord responsibility. The Contract will be based on the NHF Form of Contract. Applicants are advised that TUPE may apply to the Contract.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 14 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 96
This contract is subject to renewal: yes
Description of renewals:
The Contract will be for 4 (four) years with an option to extend up to a maximum of 4 (four) further years by one or more extensions of whatever period(s) Radius Housing specifies.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The Contract will be subject to regular monthly, quarterly and annual performance reviews.
After the first 4 (four) years, the Contract may be extended at Radius Housings sole discretion, by one or more extensions of whatever period(s) Radius Housing specifies, up to a maximum of 4 (four) further years.
In any event year on year continuance of the contract from the commencement will be dependent on satisfactory performance by the Contractor. Extension of the Contract beyond the initial 4 (four) year term will be entirely discretionary to Radius Housing. The Contract will also contain a break provision that may be exercised by either party subject to the giving of the period of notice stipulated in the contract.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Radius Housing has approximately 12 260 properties and other related assets will be included in respect of maintenance. The value (not guaranteed due to the variable nature of the contract) is estimated to be approximately 1 750 000 GBP (excluding VAT) per year. The value may increase if more properties are acquired.
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
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
Bidders are advised that the Contract contains a number of Social value requirements including, but not limited to, the provision of employment and training opportunities.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 04/10/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderTender must be valid until: 01/02/2019
IV.2.7)Conditions for opening of tendersDate: 04/10/2018
Local time: 12:30
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyHigh Courts of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JF
United Kingdom
VI.4.2)Body responsible for mediation proceduresHigh Courts of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JF
United Kingdom
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:03/09/2018