Moray Council Planned Maintenance Contract
Planned maintenance to the Authority’s portfolio of 200 public buildings and schools.
United Kingdom-Elgin: Construction work
2018/S 043-093224
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
High Street
Elgin
IV30 1BX
United Kingdom
Telephone: +44 1343563137
E-mail: procurement@moray.gov.uk
NUTS code: UKM62
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
17/0027 Moray Council Planned Maintenance
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Planned maintenance to the Authority’s portfolio of 200 public buildings and schools, as well as the Authority owned housing stock of 6,023 properties which are located throughout Moray.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Moray.
II.2.4)Description of the procurement:
Planned maintenance to the Authority’s portfolio of 200 public buildings and schools, as well as the Authority owned housing stock of 6,023 properties which are located throughout Moray.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is the potential to extend the agreement for a further year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
4B1.1 Bidders shall provide their yearly turnover for the last 3 financial years.
4B.3 If this information is not available for the entire period bidders will be required to state the date they set up or started trading.
4B.5.2 Bidders if successful will be required to evidence Public Liability Insurance of not less than 5 000 000 GBP.
III.1.3)Technical and professional ability
4C.1 Bidders shall provide relevant examples of works carried out in the past 5 years.
4C.6 Bidders if successful will be required to supply a copy of their relevant trade qualification, certification, and/or professional body membership.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Approximately 6 months prior to the end of contract.
VI.2)Information about electronic workflows
VI.3)Additional information:
4B1.1 Bidders shall provide their yearly turnover for the last 3 financial years.
4B.3 If this information is not available for the entire period bidders will be required to state the date they set up or started trading.
4B.5.2 Bidders if successful will be required to evidence Public Liability Insurance of not less than 5 000 000 GBP.
4C.1 Bidders shall provide relevant examples of works carried out in the past 5 years
4C.6 Bidders if successful will be required to supply a copy of their relevant trade qualification, certification, and/or professional body membership.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10353
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
The Contracting Authority does not intend to include a subcontract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
For Planned Maintenance, the variety of trades required and varying timescales is generally prohibitive as such that the bidder can choose to utilise their existing supply chain or advertise.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
There will be a wide and varied supply base delivering the contractual requirements, and it would be difficult to devise, and manage fair community benefits requirements across such a diverse contractual and supply base.
The nature of the works required in itself delivers a community benefit through the requirements tending to result in the use of a localised SME supply chain, therefore delivering socio-economic benefits to the local area.
(SC Ref:533056).
VI.4.1)Review body
High Street
Elgin
IV30 1BX
United Kingdom
Telephone: +44 1343563137Internet address:http://www.moray.gov.uk
VI.5)Date of dispatch of this notice:
Read More
Moray Council Reactive Repairs Contract
Estates and Facilities Day Rate Tradesmen – South West Yorkshire
Specialist in Listed Building Project Work – Milton Keynes Council
Goldsmiths University of London Contractors Framework 2018
House of Commons Mechanical and Electrical Maintenance Contract