loading
  • GB-PO1 2AL Portsmouth
  • 21.07.2017
  • Ausschreibung
  • (ID 2-268684)

Mechanical Plant Servicing, Maintenance, Repair & Associated Works & Services - Term Service Contract


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 21.07.2017, 14:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3 - max. 5
    Gebäudetyp Kultur-, Veranstaltungsgebäude / Staatliche und kommunale Bauten / Wohnungsbau
    Art der Leistung Bauleistung / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    Portsmouth City Council - "the Council" - is inviting expressions of interest for the delivery of responsive repairs, routine servicing and planned preventative maintenance of mechanical and electrical equipment across the Council's portfolio of approx. 380 education, commercial, recreational, cultural, community and larger multiple dwelling residential buildings.
    The target award date for the contract is 28.11.2017 with service commencement following on 2.4.2018. The contract will run for an initial base term of 5 years extendable in increments to be agreed to a maximum total term of 10 years. Variant bids may be submitted which require a longer base term where significant financial and operational improvements can be demonstrated. The estimated value of the contract - exclusive of additional works & services and additional potential contracting authority demand referred to within Section II.2.11) - is approximately 400 000 - 500 000 GBP per annum.
    Leistungsumfang
    Portsmouth City Council - "the Council" - is inviting expressions of interest for the delivery of responsive repairs, routine servicing and planned preventative maintenance of mechanical and electrical equipment across the Council's portfolio of approx. 380 education, commercial, recreational, cultural, community and larger multiple dwelling residential buildings.
    The contract will be let on an open book cost reimbursable basis utilising the NEC3 Term Service Contract - Option E and is to be delivered and managed in line with Systems Thinking principles. The Council is looking for a contractor who can provide a comprehensive, responsive service, who is innovative in their approach and can adopt a partnering approach as set out in the NEC form of contract.
    The target award date for the contract is 28.11.2017 with service commencement following on 2.4.2018. The contract will run for an initial base term of 5 years extendable in increments to be agreed to a maximum total term of 10 years. Variant bids may be submitted which require a longer base term where significant financial and operational improvements can be demonstrated.
    The estimated value of the contract - exclusive of additional works & services and additional potential contracting authority demand referred to within Section II.2.11) - is approximately £400k - 500k per annum. A wide range of work types will be covered under the contract to provide for ongoing flexibility over the duration of the term.
    Whilst the Council is seeking to ideally achieve future flexibility options in respect of additional services, work types and additional contracting authority access the selection and award criteria applied for this procurement process will be focused upon the Council's requirements for delivery of responsive repairs, routine servicing and planned preventative maintenance of mechanical and electrical equipment only.
    Further information on the work types and services and covered by the contract together with types of buildings is provided within Section VI.3). Further detailed information together draft specification and NEC3 contract documentation is available via the Council's e-sourcing system.
    Interested contractors are required to complete and return a Supplier Status Questionnaire (SSQ) accessible via InTend by 21.7.2017 14:00. A bidders information session is scheduled for 28th June 2017 11:00 - 13:30 at which key officers will present an overview of the service requirements and bidding process and be on hand to answer any questions. The full procurement timetable for letting the contract is as follows:
    Bidder information session - 28.6.2017 11:00 - 13:30
    SSQ submission deadline - 21.7.2017 14:00
    Results of evaluation of SSQs issued - 14.8.2017
    Invitation to tender issued - 4.9.2017
    Bidders briefing - 12.9.2017
    Tender return deadline - 27.10.2017 14:00
    Clarifications and interviews/site visits (if required) W/C - 13.11.2017
    Notification of preferred bidder - 4.12.2017
    Standstill period start - 5.12.2017
    Standstill period end - 14.12.2017
    Contract award - 15.12.2017
    Contract Commencement - 2.4.2018
    Adresse des Bauherren UK-PO1 2AL Portsmouth
    TED Dokumenten-Nr. 231861-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Portsmouth: Repair and maintenance services of mechanical building installations

      2017/S 115-231861

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Portsmouth City Council
      Procurement Service, Floor 4, Core 3/4, Civic Office, Guildhall Square
      Portsmouth
      PO1 2AL
      United Kingdom
      Contact person: Procurement Service
      Telephone: +44 2392688235
      E-mail: MThoamdbbWpdZV1mbDhoZ2psa2VnbWxgW1smX2duJm1j
      NUTS code: UKJ31

      Internet address(es):

      Main address: https://www.portsmouth.gov.uk/ext/business/business.aspx

      Address of the buyer profile: https://www.portsmouth.gov.uk/ext/business/business.aspx

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/portsmouthcc/aspx/home
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      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:

       

      Mechanical Plant Servicing, Maintenance, Repair & Associated Works & Services - Term Service Contract

       

      II.1.2)Main CPV code
      50712000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Portsmouth City Council - "the Council" - is inviting expressions of interest for the delivery of responsive repairs, routine servicing and planned preventative maintenance of mechanical and electrical equipment across the Council's portfolio of approx. 380 education, commercial, recreational, cultural, community and larger multiple dwelling residential buildings.

      The target award date for the contract is 28.11.2017 with service commencement following on 2.4.2018. The contract will run for an initial base term of 5 years extendable in increments to be agreed to a maximum total term of 10 years. Variant bids may be submitted which require a longer base term where significant financial and operational improvements can be demonstrated. The estimated value of the contract - exclusive of additional works & services and additional potential contracting authority demand referred to within Section II.2.11) - is approximately 400 000 - 500 000 GBP per annum.

       

      II.1.5)Estimated total value
      Value excluding VAT: 5 000 000.00 GBP
      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)
      50712000
      50700000
      50500000
      50413200
      45350000
      51120000
      51100000
      71334000
      45259000
      45259300
      45259100
      50511000
      50511100
      50511200
      50512000
      50513000
      50514000
      50514100
      50531000
      50531100
      50531200
      50531300
      50532000
      50720000
      50721000
      50711000
      45300000
      45330000
      45331000
      45331100
      45331110
      45331200
      45331230
      45331231
      45332000
      45333000
      45333100
      45333200
      45310000
      45311000
      45312311
      45317300
      45317100
      45317400
      45317200
      45453000
      45259900
      43324100
      45212212
      51700000
      II.2.3)Place of performance
      NUTS code: UKJ31
      NUTS code: UKJ3
      NUTS code: UKJ32
      Main site or place of performance:

       

      The Council cannot provide any guarantees or indication of demand in respect of the additional Contracting Authorities who may access the arrangements as detailed within Section II.2.11).

       

      II.2.4)Description of the procurement:

       

      Portsmouth City Council - "the Council" - is inviting expressions of interest for the delivery of responsive repairs, routine servicing and planned preventative maintenance of mechanical and electrical equipment across the Council's portfolio of approx. 380 education, commercial, recreational, cultural, community and larger multiple dwelling residential buildings.

      The contract will be let on an open book cost reimbursable basis utilising the NEC3 Term Service Contract - Option E and is to be delivered and managed in line with Systems Thinking principles. The Council is looking for a contractor who can provide a comprehensive, responsive service, who is innovative in their approach and can adopt a partnering approach as set out in the NEC form of contract.

      The target award date for the contract is 28.11.2017 with service commencement following on 2.4.2018. The contract will run for an initial base term of 5 years extendable in increments to be agreed to a maximum total term of 10 years. Variant bids may be submitted which require a longer base term where significant financial and operational improvements can be demonstrated.

      The estimated value of the contract - exclusive of additional works & services and additional potential contracting authority demand referred to within Section II.2.11) - is approximately £400k - 500k per annum. A wide range of work types will be covered under the contract to provide for ongoing flexibility over the duration of the term.

      Whilst the Council is seeking to ideally achieve future flexibility options in respect of additional services, work types and additional contracting authority access the selection and award criteria applied for this procurement process will be focused upon the Council's requirements for delivery of responsive repairs, routine servicing and planned preventative maintenance of mechanical and electrical equipment only.

      Further information on the work types and services and covered by the contract together with types of buildings is provided within Section VI.3). Further detailed information together draft specification and NEC3 contract documentation is available via the Council's e-sourcing system.

      Interested contractors are required to complete and return a Supplier Status Questionnaire (SSQ) accessible via InTend by 21.7.2017 14:00. A bidders information session is scheduled for 28th June 2017 11:00 - 13:30 at which key officers will present an overview of the service requirements and bidding process and be on hand to answer any questions. The full procurement timetable for letting the contract is as follows:

      Bidder information session - 28.6.2017 11:00 - 13:30

      SSQ submission deadline - 21.7.2017 14:00

      Results of evaluation of SSQs issued - 14.8.2017

      Invitation to tender issued - 4.9.2017

      Bidders briefing - 12.9.2017

      Tender return deadline - 27.10.2017 14:00

      Clarifications and interviews/site visits (if required) W/C - 13.11.2017

      Notification of preferred bidder - 4.12.2017

      Standstill period start - 5.12.2017

      Standstill period end - 14.12.2017

      Contract award - 15.12.2017

      Contract Commencement - 2.4.2018

       

      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: 5 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 120
      This contract is subject to renewal: yes
      Description of renewals:

       

      The contract will run for an initial base term of 5 years extendable in increments to be agreed to a maximum total term of 10 years. Variant bids may be submitted which require a longer base term where significant financial and operational improvements can be demonstrated.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 3
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

       

      As detailed within the SSQ documentation accessible via https://in-tendhost.co.uk/portsmouthcc/aspx/home

       

      II.2.10)Information about variants
      Variants will be accepted: yes
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      An option for letting individual project work contracts - major refurbishments, replacements, new installations, etc. - will also be included however the use of this option will be at the Council's sole discretion and no guarantees of work will be provided in any way. It is likely that the Council will continue to individually tender project works and as such the project work option would only be used where time is of the essence. In the event that project works are let to the successful contractor this could equate to approximately an additional £1M per annum.

      The Council will also reserve the right to utilise the contract to deliver electrical servicing and repairs requirements. Should this option be taken up the value of the contract may increase by a further 150 000 GBP - 250 000 GBP per annum. Again this will be at the sole discretion of the Council and currently there are no plans to divert from the current strategy of letting an individual contract focused upon these service requirements.

      In letting the contract the Council will also establish a multi-supplier framework agreement made up of the top 4 ranked tenderers. The framework agreement will be open for a period of 4 years during which time the Council and the additional contracting authorities listed below may let call off contracts. Call off contracts may take the form of term partnership agreements or individual projects and may be let using the full suite of NEC3 options in both short form and long form versions.

      Contracting Authorities:

      — Portsmouth City Council

      — Southampton City Council

      — East Hants District Council

      — Havant Borough Council

      — Gosport Borough Council

      — Fareham Borough Council

      The Council cannot provide any guarantees or indication on whether or not the additional contracting authorities will utilise the framework agreement and at this point none of the contracting authorities named have expressed interest in utilising the framework agreement and will have their own service delivery arrangements in place.

      However, should all of the additional contracting authorities utilise the framework agreements to the full scope of work types available this could equate to a further spend of £4M per annum in addition to the Council's spend.

      In summary the total per annum value of work that may be included for is as follows:

      — PCC - mechanical term servicing and repairs - 500 000 GBP (contractual exclusivity)

      — PCC - mechanical project works - 1 000 000 GBP (contractual option)

      — PCC - electrical term servicing and repairs - 250 000 GBP (contractual option)

      — Other Contracting Authorities - All requirements - 4 000 000 GBP (contractual option)

      — TOTAL - 5 750 000 GBP

       

      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

      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:

       

      As detailed within the SSQ documentation accessible via https://in-tendhost.co.uk/portsmouthcc/aspx/home

       

      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.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:

       

      As detailed within the SSQ documentation accessible via https://in-tendhost.co.uk/portsmouthcc/aspx/home

       

      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 4
      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: 21/07/2017
      Local time: 14:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 04/09/2017
      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
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      Summer 2022.

       

      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      The contract concerns delivery of responsive repairs, routine servicing and planned preventative maintenance of mechanical and electrical equipment across the Council's portfolio of approx. 380 properties comprising the following building types:

      — Schools, Nurseries and other educational facilities

      — Libraries

      — Museums

      — Swimming Pools and Sports Facilities

      — Antiquities

      — Community Centres and other Community Buildings

      — Care Homes

      — Elderly Sheltered Schemes

      — Adventure Playgrounds and Youth Clubs

      — Residential Buildings including blocks of flats low, medium and high rise

      — Offices

      The contract will be used to deliver services at both schools directly maintained by the Council and those which have independent academy status but purchase services from the Council via a service level agreement.

      The core service requirements to be delivered via the contract are as follows:

      — Reactive repair response to be available 24 hours a day 365 days a year

      — Emergency call out response time within 1 hour

      — Work to timed appointments

      — Routine servicing of M&E equipment as per statutory legislation and British standards

      — Planned preventative maintenance to M&E equipment

      — Minor installations and replacements of M&E equipment

      — Provision of servicing paperwork in electronic format

      — Inputting of servicing and repair information into the Council's web-based database

      A wide range of work types will be covered under the contract to provide for on-going flexibility over the duration of the term. The work types are split into those which are:

      — Core (no sub-contract option) - These work types must be directly delivered by the contractor. The work will be allocated to the contractor on an exclusivity basis throughout the term of the agreement. Generally the work types covered are high value / high volume non-specialist works.

      — Core (sub-contract option) - These work types may be directly delivered by the contractor or may be sub-contracted. The work will be allocated to the contractor on an exclusivity basis throughout the term of the agreement. Generally the work types covered are low value / low volume specialist works.

      — Optional (sub-contract option) - These work types may be directly delivered by the contractor or may be sub-contracted. The work types will be allocated to the contractor at the sole discretion of the Council and may be allocate on a transactional or term basis. Generally the work types covered are higher value / low volume specialist works.

      Heating And Hot Water Systems - Wet Systems - Gas And Oil

      — Commercial heating installations - typically >70kW both gas and oil - Core

      — Pressurisation vessels - Core

      — Hot water installations - Core

      — Feed and expansion tanks - Core

      — Oil storage equipment - Core SC

      — Under floor heating - wet system - Core

      — CHP Engines and associated installations - Core SC

      — BMS systems - Core SC

      — Ground and Air Source Heating - Core SC

      Heating And Hot Water Systems - Electric

      — Fan Convectors - Core

      — Underfloor Heating - Core

      — Immersion heaters - Core

      Cold Water Systems

      — Pumps - Drainage, Sewage and Cold Water Booster - Core

      — Cold water systems including CWSTs, incoming water mains, private water mains - Core

      Ventilation And Cooling

      — Humidifier systems - Core SC

      — Ventilation equipment - Core

      — Roof Fans - Core

      — Toilet extraction - Core

      — Chilling equipment - Core SC

      — Kitchen and Laundry Ventilation Duct cleaning and degreasing - Optional

      — Air Conditioning - Core SC

      Swimming Pool Equipment

      — Dosing systems - Core SC

      — Swimming pool pumps - Core SC

      — Ventilation - Core SC

      — Filtration Systems - Core SC

      FIRE SAFETY EQUIPMENT

      — Dry Risers - Optional

      — Sprinklers - Optional

      — Fire Hoses - Optional

      — Dampers - Optional

      Electrical Equipment

      — Distribution Boards - Core SC

      — Electrical switchgear - Core SC

      — Electrical installations and distribution boards - Core SC

      — Lightning Conductors - Optional

      — Powered Doors - Optional

      — Materials Hoists - Core SC

      — Roller Shutters - Optional

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court of Justice
      The Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 2079476000

      Internet address:https://www.justice.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:
      15/06/2017
    © 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 19.06.2017
Zuletzt aktualisiert 19.06.2017
Wettbewerbs-ID 2-268684 Status Kostenpflichtig
Seitenaufrufe 39