Date of dispatch of this notice: 04/09/2015
Expire date: 16/10/2015
External Reference: 2015-452546
TED Reference: 2015/S 174-316735
Date of dispatch of this notice: 04/09/2015
Expire date: 16/10/2015
External Reference: 2015-452546
TED Reference: 2015/S 174-316735
DS173-15 Mechanical and Electrical Services
Exeter
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 .
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.
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).
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.
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.
The requirements outlined in this Lot relate to Mechanical servicing requirements only.
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
The requirements outlined in this Lot relate to Electrical servicing requirements Only.
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
The requirements outlined in this Lot relate to Specialist Electrical servicing requirements only.
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)
The requirements outlined in this Lot relate to Heating servicing requirements only.
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)
The requirements outlined in this Lot relate to Legionella servicing requirements only.
The scope of this Lot includes, but is not limited to, the following:
• Water Systems Management
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.
Determined within the tender documentation
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.
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).
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.
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.
Refer to ITT documentation - https://uk.eu-supply.com/login.asp?B=BLUELIGHT
Refer to ITT documentation - https://uk.eu-supply.com/login.asp?B=BLUELIGHT
DS173-15
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.