loading
  • GB-EH22 1DN Dalkeith
  • 26.09.2016
  • Ausschreibung
  • (ID 2-241274)

Provision of Gas Audit Services in Domestic and Commercial Properties


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.09.2016, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Thermische Bauphysik / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    Midlothian Council is required, each year, to carry out quality assurance inspections on any gas installations serviced and maintained by the Authorities' various external Gas Contractors. Midlothian Council seeks to appoint a suitably qualified Quality Assurance Auditor (Gas Auditor) to carry out gas quality assurance checks on their behalf, in liaison with the Authorities' Gas Safety Team.
    Leistungsumfang
    — As an integral element of the duty of care as Landlord, Midlothian Council is required, each year, to carry out quality assurance inspections on any gas installations serviced and maintained by the Authorities' various external Gas Contractors. These inspections should be conducted in some 5 per cent of all applicable domestic properties, and 20 per cent of all applicable commercial properties per annum with the properties inspected each year to vary. This is to ensure that the Gas Contractor has properly and promptly fulfilled the appropriate functions as required by Legislation and the requirements of their applicable contracts to a safe and acceptable standard;
    — Midlothian Council seeks to appoint a suitably qualified Quality Assurance Auditor (Gas Auditor) to carry out gas quality assurance checks in on their behalf, in liaison with the Authorities' Gas Safety Team.
    Adresse des Bauherren UK-EH22 1DN Dalkeith
    TED Dokumenten-Nr. 295252-2016

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Dalkeith: Professional services for the gas industry

      2016/S 164-295252

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Midlothian Council
      Midlothian House, Buccleuch Street
      Dalkeith
      EH22 1DN
      United Kingdom
      Telephone: +44 1312707500
      E-mail: MjExaV5iZGldbl1eXFxeY2g1Yl5ZYWRpXV5WYyNcZGsjamA=
      Fax: +44 1316542797
      NUTS code: UKM23

      Internet address(es):

      Main address: http://www.midlothian.gov.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00336

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: www.publiccontractsscotland.gov.uk
      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:

       

      Provision of Gas Audit Services in Domestic and Commercial Properties.

       

      Reference number: MID/16/20
      II.1.2)Main CPV code
      76100000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Midlothian Council is required, each year, to carry out quality assurance inspections on any gas installations serviced and maintained by the Authorities' various external Gas Contractors. Midlothian Council seeks to appoint a suitably qualified Quality Assurance Auditor (Gas Auditor) to carry out gas quality assurance checks on their behalf, in liaison with the Authorities' Gas Safety Team.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      76100000
      79212000
      72225000
      09121200
      09300000
      50720000
      71314310
      II.2.3)Place of performance
      NUTS code: UKM23
      Main site or place of performance:

       

      Midlothian.

       

      II.2.4)Description of the procurement:

       

      — As an integral element of the duty of care as Landlord, Midlothian Council is required, each year, to carry out quality assurance inspections on any gas installations serviced and maintained by the Authorities' various external Gas Contractors. These inspections should be conducted in some 5 per cent of all applicable domestic properties, and 20 per cent of all applicable commercial properties per annum with the properties inspected each year to vary. This is to ensure that the Gas Contractor has properly and promptly fulfilled the appropriate functions as required by Legislation and the requirements of their applicable contracts to a safe and acceptable standard;

      — Midlothian Council seeks to appoint a suitably qualified Quality Assurance Auditor (Gas Auditor) to carry out gas quality assurance checks in on their behalf, in liaison with the Authorities' Gas Safety Team.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70
      Price - Weighting: 30
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 09/01/2017
      End: 08/01/2020
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Authority has the opportunity to extend the contract by 2 further 1-year periods.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      Please ensure to raise all queries with the Authority using the Question and Answer facility provided. Directly contacting any member of staff at the Authority a question in relation to this exercise may result in your exclusion from any further involvement. Please highlight any suspected errors or omissions in this manner as soon as they are identified.

       

      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:

       

      — Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015;

      — If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established;

      — Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships — Gas Safe.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

      — Employer's (Compulsory) Liability Insurance = 5 000 000 GBP;

      — Public Liability Insurance = 5 000 000 GBP;

      — Professional Indemnity Insurance = 5 000 000 GBP.

      http://www.hse.gov.uk/pubns/hse40.pdf

      — The Authority will use Experian to check the financial stability / risk associated with a Tenderer, and require that they have at least a score of 51 out of 100, or ‘Below Average Risk’. Failing that, the Authority will use reasonable measures to ensure that appointing the Tenderer does not provide an elevated risk in terms of their financial stability and will request such information as may be reasonable necessary to ascertain that.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      — Bidders will be required to provide 3 (three) examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4) of the OJEU Contract Notice or the relevant section of the Site Notice.

      — Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

      — Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice or the relevant section of the Site Notice.

      — Bidders will be required to confirm that they will allow checks to be conducted on their production and technical capacities and where necessary on the means of study and research facilities available to it and on the quality control measures employed.

      — Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice or the relevant section of the Site Notice.

      — Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

      — Quality Management Procedures.

      1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or

      2. The bidder must have the following:

      a. A documented policy regarding quality management.

       

      Minimum level(s) of standards possibly required:

       

      — Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

      Gas Auditor staff for Domestic Property Installation inspections must be Gas Safe Registered engineers and hold ACS Certificates of Competence in the following:

      — CPA1 — Domestic combustion performance analysis;

      — CCN1 — Domestic natural gas safety;

      — CKR1 — Domestic cooking appliances;

      — HTR1 — Fires and wall heaters;

      — WAT1 — Water heaters;

      — CEN1 — Heating boilers <70KW;

      — DAH1 — Ducted air heaters <7KW;

      — Met1 — Meters.

      Gas Auditor staff for Commercial Installation inspections must be Gas Safe Registered engineers and hold ACS Certificates of Competence in the following:

      — COCN1 or CODNCO1 — Core safety industrial and commercial;

      — CIGA1 — Indirect fired heating appliances;

      — CORT1 — Overhead radiant and plaque heaters;

      — CCCN1 or CODC1 Commercial catering safety;

      — COMCAT1 — Catering appliances group 1 (e.g. ranges/ steamers );

      — COMCAT3 — Catering appliances group 3 (e.g. Deep fat fryers);

      — TPCP1 — Testing and purging commercial pipework;

      — CMET1 — LP Diaphragm and RPD Metres;

      — ICPN1 — Commercial pipework >35mm.

      Other Qualifications:

      — SDHWH — Solar domestic hot water heating;

      — UVH — Unvented hot water cylinders;

      — CMDDA1 — Fumes investigation qualification;

      — SCQF, Level 7 LD9 — Assessor;

      — SCQF, Level 8 LD11 — Verifier.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      Execution of the service is reserved to a particular profession
      Reference to the relevant law, regulation or administrative provision:

       

      Gas Auditor staff for Domestic Property Installation inspections must be Gas Safe Registered engineers and hold ACS Certificates of Competence in the following:

      — CPA1 Domestic combustion performance analysis;

      — CCN1 Domestic natural gas safety;

      — CKR1 Domestic cooking appliances;

      — HTR1 Fires and wall heaters;

      — WAT1 Water heaters;

      — CEN1 Heating boilers <70KW;

      — DAH1 Ducted air heaters <7KW;

      — Met1 Meters.

      Gas Auditor staff for Non-Domestic Property Installation inspections must be Gas Safe Registered engineers and hold ACS Certificates of Competence in the following:

      — COCN1 or CODNCO1 Core safety industrial and commercial;

      — CIGA1 Indirect fired heating appliances;

      — CORT1 Overhead radiant and plaque heaters;

      — CCCN1 or CODC1 Commercial catering safety;

      — COMCAT1 Catering appliances group 1 (e.g. ranges/ steamers );

      — COMCAT3 Catering appliances group 3 (e.g. Deep fat fryers);

      — TPCP1 Testing and purging commercial pipework;

      — CMET1 LP Diaphragm and RPD Metres;

      — ICPN1 Commercial pipework >35mm.

      Other Qualifications:

      — SDHWH Solar domestic hot water heating;

      — UVH Unvented hot water cylinders;

      — CMDDA1 Fumes investigation qualification;

      — SCQF, Level 7 LD9 Assessor;

      — SCQF, Level 8 LD11 Verifier.

      For all ‘Work in Progress Inspections’ the Gas Auditor shall be qualified to the level of ‘Approved Assessor Certificate D32’ or equivalent.

       

      III.2.2)Contract performance conditions:

       

      In-line with the Authorities' Procurement Strategy 2015-18, Community Benefits as a minimum will include:

      — Creation of apprenticeships;

      — Work Experience for S4-S6 pupils;

      — School Visits by suppliers;

      — Targeted training;

      — Main contractors advertising sub-contract opportunities to local businesses.

      The Tenderer is expected to propose within their Technical response, various initiatives or activities that contribute to the above (which are proportionate to the contract and value) as well as a means of tracking and reporting this progress to the Authority that will make up part of the overall KPIs of the contract. Failure to deliver against these will be considered as part of the overall decision to extend the contract or framework.

       

      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.1.3)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: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 26/09/2016
      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 tender
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 26/09/2016
      Local time: 15:30

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic payment will be used
      VI.3)Additional information:

       

      — Please ensure to raise all queries with the Authority using the Question and Answer facility provided;

      — Directly contacting any member of staff at the Authority in relation to this exercise may result in your exclusion from any further involvement;

      — Please highlight any suspected errors or omissions in this manner as soon as they are identified;

      — Changing the format of the documentation or its contents other than to provide responses to questions may result in your exclusion from any further part in the process.

      Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at:http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=458784

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      The Tenderer is expected to propose within their Technical response, various initiatives or activities that contribute to the Community as indicated in the Tender documentation, as well as a means of tracking and reporting this progress to the Authority that will make up part of the overall KPIs of the contract.

      (SC Ref:458784).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Midlothian Council
      Midlothian House, Buccleuch Street
      Dalkeith
      EH22 1DN
      United Kingdom
      Telephone: +44 1312707500
      Fax: +44 1316542797

      Internet address:http://www.midlothian.gov.uk

      VI.4.2)Body responsible for mediation procedures
      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:
      22/08/2016
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 26.08.2016
Zuletzt aktualisiert 26.08.2016
Wettbewerbs-ID 2-241274 Status Kostenpflichtig
Seitenaufrufe 47