Business Opportunity. Title: United Kingdom-Irvine: Heating equipment. Document Type: Contract Notice. Published By: North Ayrshire Council

Size: px
Start display at page:

Download "Business Opportunity. Title: United Kingdom-Irvine: Heating equipment. Document Type: Contract Notice. Published By: North Ayrshire Council"

Transcription

1 Business Opportunity Title: United Kingdom-Irvine: Heating equipment Document Type: Contract Notice Published By: North Ayrshire Council Date Published: 20 June 2017 Deadline Date: 17 July 2017 Directive 2014/24/EU - Public Sector Directive Section I: Contracting authority I.1) Name and addresses North Ayrshire Council Cunninghame House, Friars Croft Irvine KA12 8EE UK Telephone: procurement@north-ayrshire.gov.uk Fax: NUTS: UKM33 Internet address(es) Main address: Address of the buyer profile: 1

2 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: Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: 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 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: GBP II.1.6) Information about lots 2

3 This contract is divided into lots: No II.2) Description II.2.2) Additional CPV code(s) 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: Quality / Weighting: 40 Price / Weighting: 60 II.2.6) Estimated value Value excluding VAT: 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.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants 3

4 Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Section III: Legal, economic, financial and technical information III.1) Conditions for participation 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 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 = GBP. Public Liability Insurance = GBP. Professional Indemnity Insurance = 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. 4

5 Minimum level(s) of standards 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 (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 (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.2) Conditions related to the contract III.2.1) Information about a particular profession 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.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative information IV.2.2) Time limit for receipt of tenders or requests to participate Date: 17/07/2017 Local time: 12:00 IV.2.4) Languages in which tenders or requests to participate may be submitted 5

6 EN 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 For more information see: Community benefits are included in this requirement. For more information see: A summary of the expected community benefits has been provided as follows: Community Benefits Non Core applies. (SC Ref: ). VI.4) Procedures for review VI.4.1) Review body North Ayrshire Council Cunninghame House, Friars Croft Irvine KA12 8EE UK Telephone: Fax:

7 Internet address(es) URL: VI.5) Date of dispatch of this notice 16/06/2017 7