Auftragsbekanntmachung
Dienstleistungen
Richtlinie 2004/18/EG
Abschnitt I: Öffentlicher Auftraggeber
I.1) Name, Adressen und Kontaktstelle(n)
London Borough of Southwark
160 Tooley Street
Engineering and Compliance Section
Zu Händen von: Gavin Duncumb
SE1 2QH
London
VEREINIGTES KÖNIGREICH
+44 2075250685
quotations.form&MjEzVjNmYmhnW2pUZV4hWmJpIWhe
Internet-Adresse(n):
Hauptadresse des öffentlichen Auftraggebers: www.southwark.gov.uk
Weitere Auskünfte erteilen:
die oben genannten Kontaktstellen
Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) verschicken:
die oben genannten Kontaktstellen
Angebote oder Teilnahmeanträge sind zu richten an:
die oben genannten Kontaktstellen
Abschnitt II: Auftragsgegenstand
II.1) Beschreibung
II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
71000000, 71330000
Beschreibung
Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen.
Verschiedene von Ingenieuren erbrachte Dienstleistungen.
Abschnitt IV: Verfahren
IV.3) Verwaltungsangaben
IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung
Schlusstermin für die Anforderung von Unterlagen oder die Einsichtnahme: 19.12.2014 - 13:00
IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
19.12.2014 - 13:00
IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
Englisch.
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Contact point(s): For the attention of: Telephone: E-mail: London Borough of Southwark 160 Tooley Street Engineering and Compliance Section Gavin Duncumb SE1 2QHLondon UNITED KINGDOM +44 2075250685 quotations.form&MjIwTyxfW2FgVGNNXlcaU1tiGmFX
Internet address(es):
General address of the contracting authority: www.southwark.gov.uk
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
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Quality Auditing of Mechanical Services.
II.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKI1
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 contract or purchase(s)
The council (awarding authority) is seeking to appoint a provider to do quality audits of its individual boiler installations, district heating plant, gas servicing systems and processes, testing regimes on cold water storage tanks and temperature monitoring, pre installation quality control audits, water risk assessments, work in progress quality control auditing, internal systems auditing to ensure current legislation is complied with, booster sets for high rise buildings and leaseholder gas servicing record certificate audits and review to its housing stock in within the borough.
II.1.6) Common procurement vocabulary (CPV)
71000000, 71330000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
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:
The estimated value of the contract is 185 000 per annum.
II.2.2) Information about options
Options: yes
Description of these options: The contract will be for an initial period of 5 years, extendable at the sole discretion of the council (awarding authority) for a further period of 5 years (made up of up of 3 year and 2 year increments), giving a total possible contract period of up to 10 years.
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 120 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Further information will be provided within the pre-qualification and tender documentation.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further information will be provided within the pre-qualification and tender documentation.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The council (awarding authority) reserves the right to require consortium bidders to take a particular form of legal structure, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The council's (awarding authority's) terms and conditions, as stated in the tender documentation.
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: As set out in Articles 44-52 of Directive 2004/18 and Regulations 23-26 of the Public Contracts Regulations 2006. Tenders must be in accordance with the instructions outlined in the Invitation to Tender that is available from the address in Section I.1 above.
All organisations are required to hold Gas Safe Registration.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See Section III.2.1 above.
Minimum level(s) of standards possibly required: See Section III.2.1 above.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See Section III.2.1 above.
Minimum level(s) of standards possibly required:
See Section III.2.1 above.
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
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Further information will be provided in the pre-qualification documentation.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
LEG/CS/HG130/59650
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 19.12.2014 - 13:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
19.12.2014 - 13:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
6.3.2015
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
IV.3.8) Conditions for opening of tenders
Date: 22.4.2015 - 13:00
Place: 160 Tooley Street, London, SE1 2QH.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Members and authorised officers of the council (awarding authority) only.
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
Pre-qualification questionnaires will be distributed to any organisation expressing an interest in this contract to the contact detailed in Section 1. All pre qualification questionnaires must be requested and submitted by the time and date noted in Section IV.3.4.
The council (awarding authority) is not liable for any costs (including any third party costs, fees or expenses) incurred by those expressing an interest in or tendering for this contract opportunity.
The council (awarding authority) reserves the right to withdraw from or discontinue the procurement process, which shall include the right not to award as a result of this call for competition.
The council (awarding authority) strongly supports and implements its Fairer Future programme, details of which can be found on its website at:
www.southwark.gov.uk Further details about the council's (awarding authority's) requirements for the contract, which are linked to the Fairer Future programme and other corporate policy will be set out in the tender and contract documentation.
All organisations are required to hold Gas Safe Registration.
Tenders and all supporting documentation for the contracts must be in English and must be priced in sterling.
The council (awarding authority) offers tendering organisations no guarantee, warranty or assurance of any fixed amount of work.
The date inserted in Section IV.3.8 for tender opening is simply a best estimate at the time of dispatch.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
Royal Courts of Justice Strand WC2A 2LLLondon UNITED KINGDOM
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Any appeal under this process should be addressed to the contact in Section I.1 above.
VI.4.3) Service from which information about the lodging of appeals may be obtained
VI.5) Date of dispatch of this notice:
27.10.2014