Construction Tenders

Wed October 16 2024

Related Information

Construction Contract Leads

South East

Category Services

Type

No. of Lots 2

Status Active

Published 8th Feb 2024

Tender Details
Referenceocds-h6vhtk-043847
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£565,000
« Previous Page

South East

Category Services

Type

No. of Lots 2

Status Active

Published 8th Feb 2024

Tender Details
Referenceocds-h6vhtk-043847
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£565,000

Section I: Contracting authority

I.1) Name and addresses

Mole Valley District Council

Pippbrook

DORKING

RH41SJ

Contact

Thomas Walker

Email

procurement [at] molevalley.gov.uk

Telephone

+44 1403215299

Country

United Kingdom

NUTS code

UKJ26 - East Surrey

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.molevalley.gov.uk

Buyer's address

https://in-tendhost.co.uk/sesharedservices/aspx/Home

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current

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

MVDC Commercial Call Out, Installation, Repair and Maintenance

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

Mole Valley District Council (the Council) invites tenders for the provision of Electrical and Mechanical Services as set out in these documents.

It should be noted at the outset that the Council's Electrical Services requirements and Mechanical Services requirements form their own independently awardable Lots and subsequent Contracts:

Lot One is for a supplier to provide Emergency & Reactive Call Out, Planned Maintenance, Repair and Installation Electrical Services to the Council's Commercial Portfolio.

Lot Two is for a supplier to provide Emergency & Reactive Call Out, Planned Maintenance, Repair and Installation Mechanical Services to the Council's Commercial Portfolio.

The Commencement Date for the delivery of the services is scheduled to be on Tuesday 14th May 2024 at 00:00 hours. The Contracts will be awarded for a period of 3 years until Thursday 13th May 2027, with an option to extend for a further 2 year period subject to performance and the absolute discretion of the Council.

The Council is procuring this contract following the Open Procedure under the UK Public Contract Regulations 2015 and the Council's Procurement Code. The Council will be issuing separate Contracts to the winning bidder of each Lot. There are no restrictions or limitations on the number of Lots you can bid for.

The Council is seeking to contract with an organisation that will manage the Services to the highest levels of satisfaction, professional standards and cost effectiveness. The Contractor will be expected to deliver improvements to service delivery and value for money over the life of the contract.

The Information for Bidders document contains the information and instructions that Bidders need to ensure that a compliant and completed tender is submitted. Please read the Information for Bidders document carefully as failure to comply with any instructions may result in the rejection or disqualification of your tender from this tender process.

II.1.5) Estimated total value

Value excluding VAT: £565,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lot One - Electrical

Lot No

1

II.2.2) Additional CPV code(s)

  • 50711000 - Repair and maintenance services of electrical building installations

II.2.3) Place of performance

NUTS codes
  • UKJ26 - East Surrey

II.2.4) Description of the procurement

The Council is looking to acquire the services of a suitably qualified electrical contractor to undertake: emergency and reactive call out, electrical planned maintenance and electrical repairs & installations at Corporate Sites, Carparks and Public Toilets. The properties and equipment included in this tender and owned by the Council are varied. They range from the main Civic Centre offices in Dorking and the Dorking Halls Theatre to small rural toilet blocks and car park payment machines. These requirements will be referred to in this tender as Lot One.

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: £275,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

One option to extend the contract for 24 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2) Description

II.2.1) Title

Lot Two - Mechanical

Lot No

2

II.2.2) Additional CPV code(s)

  • 50712000 - Repair and maintenance services of mechanical building installations

II.2.3) Place of performance

NUTS codes
  • UKJ26 - East Surrey

II.2.4) Description of the procurement

The Council is also looking to acquire the services of a suitably qualified mechanical contractor to undertake: emergency and reactive call out, mechanical planned maintenance and mechanical repairs & installations at Corporate Sites, Carparks and Public Toilets. The properties and equipment included in this tender and owned by the Council are varied. They range from the main Civil Centre offices in Dorking and the Dorking Halls Theatre to small rural toilet blocks and car park payment machines. These requirements will be referred to in this tender as Lot Two.

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: £290,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

One option to extend for 24 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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.2.3) 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

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

11 March 2024

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

11 March 2024

Local time

12:05pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

Country

United Kingdom