Management of Building Services London
The scope of the contract will include: The testing and maintenance of emergency lighting. Periodic inspections of electrical installations in communal areas. The testing and maintenance of fire equipment (including fire alarms, wet risers, dry risers, fire blankets, sprinklers, extinguishers, and hose reels). Portable Appliance Testing of electric appliances and associated repairs.
United Kingdom-London: Repair and maintenance services of building installations
2014/S 244-429984
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Royal Borough of Kensington and Chelsea Tenant Management Organisation Limited (the ‘Authority’)
292a Kensal Road
Contact point(s): Procurement Manager
For the attention of: Jenny Jackson
W10 5BE London
UNITED KINGDOM
Telephone: +44 2036177080
E-mail: facilitiesprocurement@kctmo.org.uk
Internet address(es):
General address of the contracting authority: http://www.kctmo.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and 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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Various addresses within the Royal Borough of Kensington and Chelsea.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The testing and maintenance of emergency lighting.
Periodic inspections of electrical installations in communal areas.
The testing and maintenance of fire equipment (including fire alarms, wet risers, dry risers, fire blankets, sprinklers, extinguishers, and hose reels).
Portable Appliance Testing of electric appliances and associated repairs.
Management of the secure access arrangements including keys and access fobs.
Routine checks and maintenance of fall arrest systems.
Routine checks and maintenance of lightening protection.
Planned and reactive maintenance of estate and communal lighting (including column, bulk heads and internal lights).
Inspection and maintenance of car park gates.
Inspection and maintenance of door entry systems.
Inspection and maintenance of CCTV systems.
Planned and reactive maintenance of generators.
Planned and reactive maintenance of electrical appliances.
Applicants should be able to demonstrate a high level of skill in data management and real time reporting in relation to compliance with legal obligations.
The Authority wishes to support people who are in long-term unemployment including young people not in education, employment or training and small and medium enterprises to ensure that there is specific capacity to deliver the service it requires and promote sustainability through its procurement. Therefore this contract may contain community benefit clauses as allowed within Regulation 39 of the Public Contracts Regulations 2006.
II.1.6)Common procurement vocabulary (CPV)
50700000, 50711000, 50532300, 50413200, 75251110, 50712000, 44522200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 6 000 000 and 8 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: The financial requirements will be set out in the PQQ.
III.2.3)Technical capacity
Applicants will be required to complete a PQQ compliant with EU Directive 200/18/EC.
Minimum level(s) of standards possibly required:
As set out in the PQQ.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As set out in the PQQ.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales
Royal Courts of Justice The Strand
WC2A 2LL London
UNITED KINGDOM
Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: