Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Call systems servicing, maintenance and refurbishment contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
NUTS code UKG35
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Alarm systems. Alarm system and antenna installation work. Repair and maintenance services of electrical and mechanical building installations. The Authority is a group of registered provider of social housing and seeks suitably qualified and experienced service provider (s) who can undertake high quality “call systems” servicing, maintenance and refurbishment to sites owned/and or managed by the Authority (or any part thereof). The contract will comprise:
i) Warden call system servicing, maintenance and reactive repair works
ii) Dispersed alarm call system servicing, maintenance and reactive repair works
iii) Nurse call system servicing, maintenance and reactive repair works
iv) Refurbishment or replacement of existing call system installations
The Authority has divided the contract into two separate Lots as more particularly described in Annex B. The contract (s) between the Authority and the successful service provider (s) will be based upon a set of terms and conditions as set out within the invitation to tender documentation.
II.1.6)Common procurement vocabulary (CPV)
35121700, 45312000, 50710000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
The awarded contract(s) (if any) will be required to be performed by the succesful service provider(s) throughout the Authority’s operational areas across central England including: Birmingham, Bromsgrove, Wyre Forest, Worcester, Wychavon, Redditch, Solihull, Warwick, Coventry, Nuneaton and Bedworth, Rugby, Daventry, Wellingborough, Northampton, South Northamptonshire, Stratford upon Avon, West Oxfordshire, Cherwell, Oxford, Aylesbury Vale, Vale of White Horse, South Oxfordshire, West Berkshire, Wycombe, Chiltern, South Buckinghamshire, Malvern Hills, Herefordshire, Forest of Dean, Tewkesbury, Cheltenham, Gloucester, Stroud, Cotswold, South Gloucestershire, Bristol, Wiltshire, Swindon, Kennett, Dudley, Sandwell, Walsall, Wolverhampton, Shropshire, Telford and Wrekin, South Staffordshire, Cannock, Lichfield, Tamworth, North Warwickshire, Stafford, East Staffordshire, South Derbyshire, Derby, Erewash, Newcastle under Lyme, Stoke on Trent, Staffordshire Moorlands and Powys.
The scope of the contract is split into two Lots as further described within Annex B.
Estimated value excluding VAT:
Range: between 310 000 and 700 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract in respect of each Lots 1and 2 will include for a unilateral and discretionary option for the Authority to extend the initial term of the contract (being for a period of 60 months) by an option to extend annually thereafter for a maximum period of up to a further 60 months.
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: 120 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Call system servicing, maintenance and reactive repair works.
1)Short description
The Authority is seeking expressions of interest from suitably qualified and experienced service providers who can undertake high quality call system servicing, maintenance and reactive repair works.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
The provision of call system servicing, maintenance and reactive repair works. The contract between the Authority and the successful service provider will be based upon standard terms and conditions as set out within the invitation to tender documentation.
Each contract will be for an initial 60 month period with the Authority having the unilateral and discretionary option to extend annually thereafter for a maximum period of up to a further 60 months.
Estimated value excluding VAT:
Range: between 300 000 and 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 120 (from the award of the contract)
5)Additional information about lots
Call system servicing, maintenance and reactive repair works will be required by the Authority to be performed throughout its operational areas across central England including Birmingham, Bromsgrove, Wyre Forest, Worcester, Wychavon, Redditch, Solihull, Warwick, Coventry, Nuneaton and Bedworth, Rugby, Daventry, Wellingborough, Northampton, South Northamptonshire, Stratford upon Avon, West Oxfordshire, Cherwell, Oxford, Aylesbury Vale, Vale of White Horse, South Oxfordshire, West Berkshire, Wycombe, Chiltern, South Buckinghamshire, Malvern Hills, Herefordshire, Forest of Dean, Tewkesbury, Cheltenham, Gloucester, Stroud, Cotswold, South Gloucestershire, Bristol, Wiltshire, Swindon, Kennett, Dudley, Sandwell, Walsall, Wolverhampton, Shropshire, Telford and Wrekin, South Staffordshire, Cannock, Lichfield, Tamworth, North Warwickshire, Stafford, East Staffordshire, South Derbyshire, Derby, Erewash, Newcastle under Lyme, Stoke on Trent, Staffordshire Moorlands and Powys.
Lot No: 2 Lot title: Refurbishment or replacement of existing call system installation works.
1)Short description
The Authority is seeking expressions of interest from suitably qualified and experienced service providers who can undertake high quality refurbishment or replacement of existing call system installations.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
The provision of refurbishment or replacement of existing call system installation works. The contract between the Authority and the successful service provider will be based upon standard terms and conditions as set out within the invitation to tender documentation.
Each contract will be for an initial 60 month period with the Authority having the unilateral and discretionary option to extend annually thereafter for a maximum period of up to a further 60 months.
Estimated value excluding VAT:
Range: between 10 000 and 200 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 120 (from the award of the contract)
5)Additional information about lots
Refurbishment or replacement of existing call system installation works will be required by the Authority to be performed throughout its operational areas across central England including Birmingham, Bromsgrove, Wyre Forest, Worcester, Wychavon, Redditch, Solihull, Warwick, Coventry, Nuneaton and Bedworth, Rugby, Daventry, Wellingborough, Northampton, South Northamptonshire, Stratford upon Avon, West Oxfordshire, Cherwell, Oxford, Aylesbury Vale, Vale of White Horse, South Oxfordshire, West Berkshire, Wycombe, Chiltern, South Buckinghamshire, Malvern Hills, Herefordshire, Forest of Dean, Tewkesbury, Cheltenham, Gloucester, Stroud, Cotswold, South Gloucestershire, Bristol, Wiltshire, Swindon, Kennett, Dudley, Sandwell, Walsall, Wolverhampton, Shropshire, Telford and Wrekin, South Staffordshire, Cannock, Lichfield, Tamworth, North Warwickshire, Stafford, East Staffordshire, South Derbyshire, Derby, Erewash, Newcastle under Lyme, Stoke on Trent, Staffordshire Moorlands and Powys.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The deposits, guarantees or bonds required by the Authority will be set out in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The terms concerning finance and payment will be set out in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
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: Applicants will be required to complete a pre-qualification questionnaire (PQQ) consistent with the provisions of Directive 2004/18/EEC. The PQQ is available as detailed in VI.3. The PQQ must be returned by the date stipulated in IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre-qualification questionnaire (PQQ) consistent with the provisions of Directive 2004/18/EEC. The PQQ is available as detailed in VI.3. The PQQ must be returned by the date stipulated in IV.3.4.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a pre-qualification questionnaire (PQQ) consistent with the provisions of Directive 2004/18/EEC. The PQQ is available as detailed in VI.3. The PQQ must be returned by the date stipulated in IV.3.4.
III.2.4)Information about reserved contracts
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 5
Objective criteria for choosing the limited number of candidates: The objective criteria will be based on evaluation and scoring of each candidates’ pre-qualification questionnaire. The number of candidates to be invited to tender will not be lower than the stated minimum number (subject always to the number of completed pre-qualification questionnaires received) and where the number of completed pre-qualification questionnaires received exceeds the minimum number, the number shall be the ten (10) highest scoring candidates and any candidate who achieves a score equal to or greater than the average score achieved by all candidates for the particular Lot.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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: yes
Additional information about electronic auction: Details of the electronic auction will be as set out in the invitation to tender document.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
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
18.5.2012 – 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
VI.3)Additional information
The Authority reserves the right not to award any contract or to award individual works pursuant to a contract. Applicants should therefore note that submission to the Authority does not guarantee any level/amount of work from the Authority.
The information and/or documents for this opportunity are available on
https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: F34XA3823J. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 18.5.2012 10:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com. GO Reference: GO-2012416-PRO-3859575.