Contract notice

Information

Published

Date of dispatch of this notice: 04/09/2015

Expire date: 16/10/2015

External Reference: 2015-452546

TED Reference: 2015/S 174-316735

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Devon and Somerset Fire and Rescue Authority
723645339
Service Headquarters, The Knowle, Clyst St George
EX3 0NW  Exeter
UK
For the attention of: Aimee Lee
Telephone: +44 1392872200
E-mail: procurement@dsfire.gov.uk
Internet address(es):
General address of the contracting authority: http://www.dsfire.gov.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/30504
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13150&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13150&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Public order and safety
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

DS173-15 Mechanical and Electrical Services

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No1:  Maintenance and repair services
    Main site or location of works, place of delivery or of performance:

    Exeter

    NUTS code
    SOUTH WEST (ENGLAND)
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    The Authority is seeking to Contract its Mechanical and Electrical Servicing requirements across all of its Devon and Somerset Fire and Rescue Service estate. The Contract has been divided into five Lots and seeks planned preventative maintenance (PPM) to legislative requirements as well as reactive maintenance services. The Lots are broken down as follows:

    Lot 1 - Mechanical

    Lot 2 - Electrical

    Lot 3 - Specialist Electrical

    Lot 4 - Heating

    Lot 5 - Legionella

    The Contract will be awarded in Lots. There is no limitation on the number of Lots a Potential Provider may bid for or any limitation on the number of Lots that can be awarded to one Potential Provider.

    The Contract is to be awarded for an initial term of three years (36 months) commencing from 01 April 2016 and expiring on 31 March 2019. There will be an option available to extend the contract by up to a further three years (36 months of 3 x twelve (12) monthly intervals).

    The Contract will only be open and available for the use of Devon and Somerset Fire and Rescue Service.

    Procurement documentation can be found on the Authority‘s e-tendering portal located at https://uk.eu-supply.com/login.asp?B=BLUELIGHT .

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50710000   Repair and maintenance services of electrical and mechanical building installations
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  yes
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    There are five (5) Lots in total within this contract as stated in Section II.1.5 of this Contract Notice. The scope of each Lot is outlined in Section II.B of this Contract Notice.

    Proposed alternatives to the wording of the Terms and Conditions of Contract are permitted. Alternatives will be subject to acceptance by the Authority. All Potential Providers will be advised of acceptable alternatives.

    Variant bids will only be considered if a non-variant compliant bid is also submitted. The Authority is not obliged to accept a variant bid.

    Contracts will be awarded by Lot. Contractors are free to compete in any and all Lots should they wish to do so at their own discretion.

    Evaluation of each Lot in accordance with the Selection and Award criteria will determine the Most Economically Advantageous Tender in each Lot.

    The Value Range provided in this Section II2.1 provides an estimation for all Lots for a three years initial term and includes all the planned preventative maintenance as a minimum value range and also includes estimated reactive maintenance for the maximum range. Reactive maintenance is subject to faults, call-outs and repairs which is difficult to estimate. Potential Providers will be expected to price Year 1 of the Contract for submission with subsequent years reviewed annually subject to variations to assets and changes in the CPI.

    Estimated cost excluding VAT
    Range: between  720000  and 1250000  GBP
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    This is a three (3) year initial term Contract. There is an Option to extend this Contract by up to thirty-six (36) months at three (3) twelve (12) month intervals. Option to extend will be at the discretion of the Authority with written agreement of the Contractor(s) during the final year of the initial term of the Contract (contract Year 3).

    Each optional twelve (12) month extension is valued between £250,000.00 and £420,000 (covering Planned Preventative Maintenance and Reactive Maintenance across all Lots).

    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 036 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: All Lots - Selection Criteria Questions
    1)

    Short description:

    Potential Providers that wish to submit a bid for this opportunity will be required to complete this Lot which will apply to all Lots (1-5) of the tender.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50710000   Repair and maintenance services of electrical and mechanical building installations
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 1  Lot title: All Lots - General Questions
    1)

    Short description:

    Potential Providers that wish to submit a bid for this opportunity will be required to complete this Lot which will apply to all Lots (1-5) of the tender.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50710000   Repair and maintenance services of electrical and mechanical building installations
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 1  Lot title: Lot 1 - Mechanical - Lot Specific Questions
    1)

    Short description:

    The requirements outlined in this Lot relate to Mechanical servicing requirements only.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50710000   Repair and maintenance services of electrical and mechanical building installations
    3)

    Quantity or scope:

    The scope of this Lot includes, but is not limited to, the following:

    • Air Conditioning and Heat Pumps

    • LEV and Support Fixings

    • Sump Pumps

    • Surface Water Pumps

    • Smoke Extraction

    • CHP

    • BMS

    • Chimney Sweeping

    • Rainwater Harvesting

    • Windcatchers

    • Sprinklers

    • Sewage Plant

    • Duct Cleaning

    • Ventilation & Fire Dampers

    • Urinal Flush Controllers

    • Fall Arrest Systems & Anchor Points

    • Hose Reels

    • Thermostatic Mixing Valves

    • Solar Thermal

    • Pressure Vessels

    • RPZ Valves

    • Water Pump & Boosters

    • Macerators

    • Swing Arm

    • Safety Lanyards

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Lot 2 - Electrical - Lot Specific Questions
    1)

    Short description:

    The requirements outlined in this Lot relate to Electrical servicing requirements Only.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50710000   Repair and maintenance services of electrical and mechanical building installations
    3)

    Quantity or scope:

    The scope of this Lot includes, but is not limited to, the following:

    • Thermal Imaging

    • Fixed Wiring I&T

    • Generators

    • Emergency Lighting

    • Lightning Protection

    • Alarm Call Systems

    • Charging Leads

    • Drinking Water Boilers

    • Solar PV

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 3  Lot title: Lot 3 - Specialist Electrical - Lot Specific Questions
    1)

    Short description:

    The requirements outlined in this Lot relate to Specialist Electrical servicing requirements only.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50710000   Repair and maintenance services of electrical and mechanical building installations
    3)

    Quantity or scope:

    The scope of this Lot includes, but is not limited to, the following:

    • Intruder Alarms

    • Access Control

    • CCTV

    • Fire Alarms

    • Fire Alarm Monitoring

    • Gas Suppression Systems

    • Entrance Barrier (SHQ & Exeter Airport)

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 4  Lot title: Lot 4 - Heating - Lot Specific Questions
    1)

    Short description:

    The requirements outlined in this Lot relate to Heating servicing requirements only.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50710000   Repair and maintenance services of electrical and mechanical building installations
    3)

    Quantity or scope:

    The scope of this Lot includes, but is not limited to, the following:

    • Boilers

    • Gas Fired Systems

    • Gas Safe Landlords certificates

    • Catering Equipment

    • Fuel pumps

    • Fuel storage

    • Masstech testing (or suitable equivalent)

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 5  Lot title: Lot 5 - Legionella - Lot Specific Questions
    1)

    Short description:

    The requirements outlined in this Lot relate to Legionella servicing requirements only.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50710000   Repair and maintenance services of electrical and mechanical building installations
    3)

    Quantity or scope:

    The scope of this Lot includes, but is not limited to, the following:

    • Water Systems Management

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Minimum Insurance levels:

    Employers Liability - £5,000,000 (All Lots)

    Public & Products Liability - £10,000,000 (Lot 4 only) £50,000,000 including provision for airside cover (Lot 1,2,3 and 5)

    Professional Indemnity - £2,000,000 (All Lots)

    Vehicle Insurance - £50,000,000 including provision for airside cover (Lot 1,2,3, and 5 only).

    Additional cover required in Lots 1,2,3 and 5 for operations at the Authority‘s site located airside at Exeter Airport. Requirement for this level of insurance is mandated on Contractors by the Airport Authority.

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Determined within the tender documentation

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Organisations wishing to bid as either a consortium or subcontracting arrangement do not require a specific legal form in order to submit a tender. If the potential provider is a consortium, each member of the consortium will be jointly and severally liable for performance of the contract or shall select from amongst themselves a lead partner for the purposes of the procurement. All correspondence in relation to this procurement will be sent to the Lead Partner only.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Economic operators must be registered with the appropriate trade or professional register(s) in the EU member state where it is established (as set out in Annex XI of directive 2014/24/EU) under the conditions laid down by that member state).

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Potential Providers will be assessed in accordance with Section 5 of Chapter 2 of the Public Contracts Regulations 2015 on the basis of information provided in response to the Invitation to Tender. Completed responses to the Invitation to Tender must be returned via the e-tendering portal before the deadline for receipt of responses as notified in Section IV.3.4 of this OJEU Notice.

    Minimum level(s) of standards possibly required:

    The Authority will review a range of economic information to evaluate your organisation‘s economic and financial standing. In addition to the requested financial information in the Invitation to Tender, the Authority may consult Experian reports and other credit rating or equivalent reports depending on where your organisation is located. In particular, the Authority will consider financial strength and risk of business failure.

    If your organisation is evaluated as high risk the Authority may:

    — ask for additional information, including information relating to your parent company, if applicable; and/or

    — require a parent company guarantee or a performance bond.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Refer to ITT documentation - https://uk.eu-supply.com/login.asp?B=BLUELIGHT

    Minimum level(s) of standards possibly required:

    Refer to ITT documentation - https://uk.eu-supply.com/login.asp?B=BLUELIGHT

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    DS173-15

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 16.10.2015 - 12:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    16.10.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 004 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Date: 16.10.2015 - 12:00
    Persons authorised to be present at the opening of tenders: yes

    Tenders will be opened by Devon and Somerset Fire and Rescue Authority employees, located at DSFRS Headquarters, The Knowle, Clyst St George, Exeter, Devon, EX3 0NW.

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no