CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 207-375593/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Hampshire County Council
Three Minsters House, 76 High Street
Winchester
Postal code: SO23 8UJ
United Kingdom
Contact points(s): procurement.partners@hants.gov.uk Nuts Codes UKJ3 UKJ11 UKJ23 UKK1 UKK2
For the attention of: procurement.partners@hants.gov.uk
Phone: +44 1962845866
Email: procurement.partners@hants.gov.uk
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Regional or local authority
I.3) Main activity: General public services,Public order and saftey,Education
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Hampshire County Council; District Councils (Rushmoor, Hart & Eastleigh); Police & Fire; Schools/Academies in Hampshire, Reading and the Isle of Wight, as well as other bodies including Guildford, Salisbury, Winchester and Portsmouth Anglican Dioceses and the Portsmouth Roman Catholic Diocese; as identified in the Project Brief.

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Building Fabric Term Maintenance.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: The locations of the works will predominantly be throughout the County of Hampshire, Reading and the Isle of Wight; as identified in the Project Brief.
Nuts code: UKK1, UKK2, UKJ11, UKJ23, UKJ3
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for the Building Fabric Term Maintenance Contract (F07143P). It is envisaged the Contract will commence on or around 1.8.2017 and will be for a period of 5 years with an option to extend by a further 5 years during year 4 of the Contract.
It is envisaged that the Contractor (s) will provide the following services:
— Statutory compliance;
— Electrical and mechanical and catering maintenance — reactive, servicing and minor works;
— Building fabric reactive maintenance and minor works;
— Out of hours response;
— Help desk service.
The proposed approach is to separate the building /engineering services maintenance and repair function from the building fabric repair function as currently provided and replace with 4 different providers. e.g.
1. (F07137P) Building/engineering services maintenance and repair TMC East Hampshire;
2. (F07137P) Building/engineering services maintenance and repair TMC West Hampshire;
3. (F07143P) Building fabric repair TMC East Hampshire;
4. (F07143P) Building fabric repair TMC West Hampshire.
This Notice is for #s 3 and 4 above (only).
Interested parties should register their interest in the project via the In-Tend website and complete and submit the Invitation to Tender (including the online In-Tend Questionnaire together with the completed Files 7, 8 and 9 as requested by 14:00 on Monday 31.1.2017.
How to obtain the Tender Documents
The Invitation to Tender documents can be accessed when logged into In-Tend by selecting ‘View Details “on the relevant tender advert and clicking the ‘Express Interest’ tab. Once in the tender there are five tabs— ‘Tender’, PQQ — Documents’ ‘Correspondence’, ‘Clarifications’ and ‘History’. Select the 1st tab (Tender —Documents) where you will find useful information under ‘Tender Details’ continue to scroll down to the heading ‘Tender Documents Received’ where you will be able to view / download the documents.
Opting In and Out.
Please note you are required to ‘Opt In’ before you can access the ‘My tender Return’ to start populating your response.
The ‘Opt Out’ functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring you no longer want to receive any further communication in relation to this tender along with the opportunity of providing comments and feedback for this decision. You can choose to ‘Opt In’ at any time during the tender process if you initially decided to ‘Opt Out’. Please note you are required to ‘Opt In’ to view and complete the Questionnaire for this project.
Further Guidance.
In addition, guidance on how to participate in a tender — download & upload documents / returns and if required, register your company (free of charge), can be found on the In-tend site under the ‘Help’ or ”Information for Suppliers’ buttons. Alternatively, if you require training to guide you through the In-tend system, please email procurement.partners@hants.gov.uk by no later than 30.11.2016.
Receiving Notification Emails
To ensure you receive email alerts and notifications from our system, please add the email domain @in-tend.co.uk to your Safe Senders list.
II.1.6) Common procurement vocabulary (CPV): 45210000, 45261910, 45261920
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for all lots
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Building Fabric Maintenance, as described above in II.1.5. The Authority seeks to award two separate contracts i.e. for East and West independently. During the Tender, Tenderers will be requested to state there preference. Where you have expressed an interest to proceed with both Lots, you will be required to confirm which Lot you wish to prioritise should you be successful at ITT stage. In so doing, you thereby acknowledge acceptance of the prioritisation position described in the Tender documents.
Estimated value excluding VAT:
50 000 000 GBP
II.2.2) Information about options:
Options:yes
Description of these options:Initial period of 5 years with an option to extend by a further 5 years during year 4 of the Contract.

Provisional timetable for recourse to these options: in months: 120 (from the award of the contract): 120II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals:
II.3) Duration of the contract or time limit for completion:
Duration in months: 120 (from the award of the contract)
Information about lots
Lot No: 1; Lot title:
1) Short description: (F07143P) Building fabric repair TMC East Hampshire;
2) Common procurement vocabulary (CPV): 45210000
3) Quantity or scope:
As detailed in the Tender Documents.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
Duration in months: 120 (from the award of the contract)
5) Additional information about lots:
As detailed in the Tender Documents.
Lot No: 2; Lot title:
1) Short description: (F07143P) Building fabric repair TMC West Hampshire.
2) Common procurement vocabulary (CPV): 45210000
3) Quantity or scope:
As detailed in the Tender Documents.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
Duration in months: 120 (from the award of the contract)
5) Additional information about lots:
As detailed in the Tender Documents.

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
As defined in the Tender documentation, the Contracting Authority reserves the right to require deposits, guarantees, bonds, warranties and other forms of appropriate security.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Tenderers are advised that the following minimum insurance levels are required:
Employer’s Liability 10 000 000 GBP;
Public Liability 10 000 000 GBP.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Information and formalities necessary for the evaluating if requirements are met: In accordance with Articles 57-62 of Directive 2014/24/EC and Regulation 58 of Public Contracts Regulations 2015 and set out in the Tender documentation.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for the evaluating if requirements are met: In accordance with Articles 57-62 of Directive 2014/24/EC and Regulation 57 of Public Contracts Regulations 2015. Organisations are advised it is a condition of this Contract that all managers and operatives (including subcontractors) are suitably competent to execute all trades and operations encompassed by these Contracts in full compliance with UK legislation.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for the evaluating if requirements are met: In accordance with Articles 57-62 of Directive 2014/24/EC and Regulation 58 of Public Contracts Regulations 2015 and set out in the tender documentation.
Minimum level(s) of standards possibly required: As per the requirements of Regulation 58 of Public Contracts Regulations 2015 and set out in the Tender documentation.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for the evaluating if requirements are met:
Minimum level(s) of standards possibly required: As per the requirements of Regulation 58 of Public Contracts Regulations 2015 and set out in the Tender documentation.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
F07143
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2015/S 241-436462of12.12.2015
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
31.01.2017 – 14:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Persons authorised to be present at the opening of tenders: no.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
VI.4) Procedures for appeal:
VI.5) Date of dispatch of this notice:
24.10.2016

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking