Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from 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:
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:
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