loading
  • GB-KA12 8EE Irvine
  • 17.07.2017
  • Ausschreibung
  • (ID 2-268837)

MTC 2017/2020 Heating, Ventilation and Air Conditioning: Responsive Repairs and Planned Maintenance.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 17.07.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Bauleistung / Studien, Gutachten
    Sprache Englisch
    Aufgabe
    Servicing of Gas / Oil Fired Boilers, Air Handling / Units, Fan Convector Heaters, Air Conditioning Units, etc., including the provision of associated reports, certification, etc.
    Leistungsumfang
    Servicing of Gas / Oil Fired Boilers, Air Handling / Units, Fan Convector Heaters, Air Conditioning Units, etc., including the provision of associated reports, certification, etc.
    Adresse des Bauherren UK-KA12 8EE Irvine
    TED Dokumenten-Nr. 233580-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Irvine: Heating equipment

      2017/S 116-233580

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      North Ayrshire Council
      Cunninghame House, Friars Croft
      Irvine
      KA12 8EE
      United Kingdom
      Telephone: +44 1294324730
      E-mail: 
      MjEyZGZjV2lmWWFZYmg0YmNmaFwhVW1mZ1xdZlkiW2NqImlf
      Fax: +44 1294324054
      NUTS code: UKM33

      Internet address(es):

      Main address: http://www.north-ayrshire.gov.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.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:

       

      MTC 2017/2020 Heating, Ventilation and Air Conditioning: Responsive Repairs and Planned Maintenance.

       

      Reference number: NAC/2100
      II.1.2)Main CPV code
      39715200
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Servicing of Gas / Oil Fired Boilers, Air Handling / Units, Fan Convector Heaters, Air Conditioning Units, etc., including the provision of associated reports, certification, etc.

       

      II.1.5)Estimated total value
      Value excluding VAT: 1 750 000.00 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)
      39715200
      42500000
      42520000
      45331000
      71315410
      45331220
      II.2.3)Place of performance
      NUTS code: UKM33
      Main site or place of performance:

       

      North Ayrshire including the Isles of Arran and Cumbrae.

       

      II.2.4)Description of the procurement:

       

      Servicing of Gas / Oil Fired Boilers, Air Handling / Units, Fan Convector Heaters, Air Conditioning Units, etc., including the provision of associated reports, certification, etc.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 40
      Price - Weighting: 60
      II.2.6)Estimated value
      Value excluding VAT: 1 750 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 03/12/2017
      End: 02/12/2020
      This contract is subject to renewal: yes
      Description of renewals:

       

      Extension of original 3 year contract — option to extend annually for a further 2 years.

       

      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

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

       

      Bidders will be required to have a minimum ‘general’ yearly turnover of 1 750 000 GBP for the last 3 years:

      Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.

      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 = 10 000 000 GBP.

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

      Public Liability Insurance = 10 000 000 GBP.

      Professional Indemnity Insurance = 5 000 000 GBP.

       

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

       

      Bidders will be required to provide 3 examples that demonstrate that they have the relevant experience in the pat 3 years to deliver the services as described in part II.2.4) of this Contract Notice.

      Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4) in this Contract Notice.

      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 this Contract Notice.

      Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders are required to provide details of the average annual manpower for the last 3 years. Bidders are required to provide details of the number of managerial staff for the last 3 years.

       

      Minimum level(s) of standards possibly required:

       

      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. A quality management policy authorised by their Chief Executive or equivalent. Please see the ESPD Guidance documents in the Instruction to Tenderers document for full details.

      Environmental Management Standards

      1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, Or 2. An Environmental management policy authorised by their Chief Executive or equivalent Please see the ESPD Guidance within the Instruction to Tenderers document for full details.

      Health and Safety Procedures

      1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. Or 2. A Health and Safety policy authorised by their Chief Executive or equivalent, Full details are contained within the ESPD guidance form within the Instructions to tenderers document.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      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: 17/07/2017
      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
      Tender must be valid until: 30/10/2017
      IV.2.7)Conditions for opening of tenders
      Date: 17/07/2017
      Local time: 12:00

      Section VI: Complementary information

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

       

      North Ayrshire Council have decided not to use Lots for this tender for the reason(s) stated below:

      Nature of the contract not suitable for Lots

      Requires additional Contract Management resource which is not available

      The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8544. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      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:

      Community Benefits — Non Core applies.

      (SC Ref: 500484).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      North Ayrshire Council
      Cunninghame House, Friars Croft
      Irvine
      KA12 8EE
      United Kingdom
      Telephone: +44 1294324730
      Fax: +44 1294324054

      Internet address:http://www.north-ayrshire.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:
      16/06/2017
    © 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 20.06.2017
Zuletzt aktualisiert 20.06.2017
Wettbewerbs-ID 2-268837 Status Kostenpflichtig
Seitenaufrufe 71