Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

South East

Category Services

Type

No. of Lots 1

Status Active

Published 3rd Jul 2024

Tender Details
Referenceocds-h6vhtk-047a71
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£448,000
« Previous Page

South East

Category Services

Type

No. of Lots 1

Status Active

Published 3rd Jul 2024

Tender Details
Referenceocds-h6vhtk-047a71
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£448,000

Section I: Contracting authority

I.1) Name and addresses

PA Housing Limited

3 Bede Island Road

Leicester

LE2 7EA

Contact

Jon Frowd

Email

jonathan.frowd [at] pahousing.co.uk

Country

United Kingdom

NUTS code

UKF21 - Leicester

Internet address(es)

Main address

https://pahousing.co.uk

I.3) Communication

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

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

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/pahousing/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Automated Gates, Barrier and Shutters Repairs, Maintenance and Servicing

Reference number

PAPP-0561

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

The Contract is for the delivery of a servicing and preventative maintenance provision for the gates, barriers and shutters owned and managed by PA Housing. In addition, a breakdown and repairs service will be required for the assets. This currently amounts to 52 assets across stock in London, the Southeast, Surrey and the Midlands. The services required by the contract, include but are not restricted to:• Twice yearly service and maintenance of all gates, barriers and shutters owned and managed by PA Housing. • Reactive response service to attend breakdowns and faults.• Reactive response service to undertake repairs arising from breakdowns and as identified during routine service and maintenance inspections.• Undertaking of Risk Assessment on an annual basis.The value of the services, per annum, is estimated to be approximately:• £80,000.00 per annum including VAT. This indicative figure comprises circa £25,000.00 per annum for servicing and circa £55,000.00 for repairs. It

II.1.5) Estimated total value

Value excluding VAT: £448,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations

II.2.3) Place of performance

NUTS codes
  • UKJ26 - East Surrey
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKI - London
  • UKG33 - Coventry
  • UKF1 - Derbyshire and Nottinghamshire
  • UKJ25 - West Surrey

II.2.4) Description of the procurement

The Contract is for the delivery of a servicing and preventative maintenance provision for the gates, barriers and shutters owned and managed by PA Housing. In addition, a breakdown and repairs service will be required for the assets. This currently amounts to 52 assets across stock in London, the Southeast, Surrey and the Midlands.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £448,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The renewals will be conducted in line with the contract .

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


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

All items are listed within the procurement documentation

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


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

7 August 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

7 August 2024

Local time

12:01pm

Place

The tender will be opened via an electronic opening ceremony.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

High Courts of England and Wales

The Royal Courts of Justice, The Strand

London

W2 2LL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

High Courts of England and Wales

The Royal Courts of Justice, The Strand

London

W2 2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures will be in line with legislation and PCR 2015.

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom