Contract notice

Information

Published

Date of dispatch of this notice: 14/10/2015

Expire date: 17/11/2015

External Reference: 2015-264853

TED Reference: 2015/S 202-366989

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

North Wales Police on behalf of the Police and Crime Commissioner for North Wales
n/a
Force Headquarters, Glan-y -don, Abergele Road,
LL29 8AW  Colwyn Bay, North Wales
UK
For the attention of: Procurement Department
Telephone: +44 1492804247
E-mail: procurement@nthwales.pnn.police.uk
Internet address(es):
General address of the contracting authority: http://www.north-wales.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/33183
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13716&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13716&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:

Planned and Reactive Maintenance for North Wales Police and North Wales Fire and Rescue Service

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:

    Colwyn Bay, North Wales

    NUTS code
    WALES
    II.1.3)

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

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with a single operator
    Duration of the framework agreement
    Duration in years: 2
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  100000  and 500000  GBP
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    1. North wales Police (NWP) and North Wales Fire and Rescue Service

    (NWFRS) are seeking to appoint Building and Electrical Contractors for Reactive

    and Planned Maintenance and Installation Building and Electrical works.

    2. North wales Police and North Wales Fire and Rescue Service have a diverse

    portfolio of approximately 120 properties across North Wales comprising of Police

    Stations, Fire Stations, Offices, Fleet departments.

    3. To provide an effective and responsive service to ensure all

    Maintenance/property defects are dealt with in a prompt and efficient manner.

    4. Service will be required 24 hours a day, 364/5 days a year. when called out

    must be on site within 4 hours.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50700000   Repair and maintenance services of building installations
    Supplementary vocabulary
    45000000   Construction work
    51000000   Installation services (except software)
    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:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Please see PQQ documents

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Information about lots

    Lot No: 1  Lot title: Lot 1 Up to £40,000 per Job
    1)

    Short description:

    Repair, Maintenance and Minor works with a total value

    of less that £40,0000 per Job.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50700000   Repair and maintenance services of building installations
    Supplementary vocabulary
    45000000   Construction work
    51000000   Installation services (except software)
    3)

    Quantity or scope:

    4)

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

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Lot 2 Value above £40,000
    1)

    Short description:

    Repair, Maintenance and Minor works with a total

    value of more than £40,0000 per Job.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50700000   Repair and maintenance services of building installations
    Supplementary vocabulary
    45000000   Construction work
    51000000   Installation services (except software)
    3)

    Quantity or scope:

    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:

    The right is reserved to require a parent company guarantee and or

    suitable performance bond or bank guarantees to secure any advance payment/warranty or maintenance as felt appropriate by the Authority.

    III.1.2)

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

    Payment will be made in accordance with the contract documents.

    All payments will be made in Pounds Sterling. However the PCC reserves the right to pay in Euros should it so wish to at a future date.

    The PCC shall pay undisputed sums due to the Contractor in cleared funds within thirty [30] days of receipt and agreement of invoices, submitted monthly in arrears, for work completed to the satisfaction of the PCC. All invoices must be clearly marked with the relevant order number. The PCC will not pay any invoice that has an outstanding credit note against it.

    III.1.3)

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

    The Contracting Authority reserves the right to require groupings of contractors to take a particular legal form or require a single entity to take primary liability.

    Contractors must Evidence of relevant insurances, including Professional Indemnity Insurance

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Conditions in accordance with the contract documents.

    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:

    Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:

    (a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;

    (b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;

    (c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;

    (d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;

    (e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

    (f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

    (g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;

    (h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;

    (i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;

    (j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;

    (k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.

    l) or any other mandatory requirement of this particular contract as set out in the documentation.

    Registration of your company details, free of charge, is required at http://www.bluelight.gov.uk in order to participate in this procurement.

    The supplier guide will give all the necessary information needed to register and how to respond to the Notice.

    Please advise expression of interest and respond to the Invitation to Tender (ITT) or any Associate PQQ document via the Bluelight portal.

    III.2.2)

    Economic and financial ability

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

    Information and formalities necessary for evaluating if the requirements are met: Please refer to the PQQ on the Bluelight e-tendering portal at www.bluelight.gov.uk

    Minimum level(s) of standards possibly required: Please refer to the PQQ on the Bluelight e-tendering portal at www.bluelight.gov.uk

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

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

    Please refer to the PQQ on the Bluelight e-tendering portal at www.bluelight.gov.uk

    Minimum level(s) of standards possibly required:

    Please refer to the PQQ on the Bluelight e-tendering portal at www.bluelight.gov.uk

    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

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged minimum number  3  and  maximum number  10
    Objective criteria for choosing the limited number of candidates: 

    Preference is for supplier to achieve a minimum of 80% of total scores

    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

    NWP21866

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    17.11.2015 - 12:00
    IV.3.5)

    Date of dispatch of invitations to tender or to participate to selected candidates

    11.01.2016

    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
    VI.3)

    Additional information:

    This contact is for North wales Police (NWP) and North Wales Fire and Rescue Service (NWFRS). NWP manage the Facilities requirements of NWFRS under an agreed SAL

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    Head of Procurement
    Force Headquarters, Glan y don
    LL29 8AW  Colwyn Bay, North Wales
    UK
    E-mail: procurement@nthwales.pnn.police.uk
     

    Body responsible for mediation procedures

    a neutral adviser or mediator shall be chosen by agreement between the parties
    Internet address: http://www.cedr.co.uk
    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained