Building Service Term Contracts Torquay
8 Lots. Servicing of Mechanical Plant and Equipment – (MPE) – Lot No: 1.
United Kingdom-Torquay: Architectural, construction, engineering and inspection services
2019/S 228-559589
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Torbay Council Town Hall, Castle Circus
Town: Torquay
NUTS code: UKK
Postal code: TQ1 3DR
Country: United Kingdom
Contact person: Mrs Joanna Pascoe
E-mail: procurement.team@torbay.gov.uk
Telephone: +44 1803208517
Address of the buyer profile: http://www.torbay.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Building Service Term Contracts
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The authority is seeking contractors for building service term contracts which will be used by Torbay Council for Council buildings and Tor Bay Harbour Authority assets and by TDA for TDA assets and other public body assets where managed by TDA as agents for those public bodies. For each service term contract there will be a service level agreement which will set out the requirements of the service.
The service term contracts will be administered and managed by the property services team.
II.1.5)Estimated total value
II.1.6)Information about lots
Where Lot 2 and Lot 2A are both awarded to 1 single contractor a single contract to cover the services for both lots may be issued.
II.2.1)Title:
Servicing of Mechanical Plant and Equipment — (MPE)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Servicing and maintenance of commercial mechanical plant and equipment within Torbay Council, Torbay Harbour Authority Estate, TDA and other public body assets managed by TDA. Further information is provided within the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will be awarded for an initial period of 24 months with the option to extend up to 2 further 12 month periods.
II.2.9)Information about the limits on the number of candidates to be invited
The authority will establish a shortlist of up to 5 applicants who will be invited to participate in stage 2 of the procurement process. Torbay Council reserves the right to proceed with fewer than 5 applicants. Further information is provided in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fixed Wiring Inspections — (FWE)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This contract consists of the provision of Electrical Installation Condition Reports (EICR) of fixed electrical installations at various properties as well as reactive repairs and installations.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is intended that the contract will be awarded for an initial period of 24 months with the option to extend up to 2 further 12 month periods.
II.2.9)Information about the limits on the number of candidates to be invited
The authority will establish a shortlist of up to 5 applicants who will be invited to participate in stage 2 of the procurement process. Torbay Council reserves the right to proceed with fewer than 5 applicants. Further information is provided in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fixed Wiring Inspections for Harbour Authority — (FWEH)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This contract consists of the provision of Electrical Installation Condition Reports (EICR) of fixed electrical installations at various properties belonging to Torbay Harbour Authority estate, as well as reactive repairs and installations.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is intended that the contract will be awarded for an initial period of 24 months with the option to extend up to 2 further 12 month periods.
II.2.9)Information about the limits on the number of candidates to be invited
The authority will establish a shortlist of up to 5 applicants who will be invited to participate in stage 2 of the procurement process. Torbay Council reserves the right to proceed with fewer than 5 applicants. Further information is provided in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Inspections
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Inspections and re-inspections of various buildings and assets and providing reports.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is intended that the contract will be awarded for an initial period of 24 months with the option to extend up to 2 further 12 month periods.
II.2.9)Information about the limits on the number of candidates to be invited
The authority will establish a shortlist of up to 5 applicants who will be invited to participate in stage 2 of the procurement process. Torbay Council reserves the right to proceed with fewer than 5 applicants. Further information is provided in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lift Maintenance and Inspections — (LMI)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Inspections and service visits, reactive call-outs and installations at various properties and assets.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is intended that the contract will be awarded for an initial period of 24 months with the option to extend up to 2 further 12 month periods.
II.2.9)Information about the limits on the number of candidates to be invited
The authority will establish a shortlist of up to 5 applicants who will be invited to participate in stage 2 of the procurement process. Torbay Council reserves the right to proceed with fewer than 5 applicants. Further information is provided in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Automatic Powered Doors
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This contract consists of the servicing and maintenance of automatic powered doors within various properties and assets.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is intended that the contract will be awarded for an initial period of 24 months with the option to extend up to 2 further 12 month periods.
II.2.9)Information about the limits on the number of candidates to be invited
The authority will establish a shortlist of up to 5 applicants who will be invited to participate in stage 2 of the procurement process. Torbay Council reserves the right to proceed with fewer than 5 applicants. Further information is provided in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Building Access Control — (BAC)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Servicing and maintenance of intruder alarms, access control and CCTV monitoring systems at various properties.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is intended that the contract will be awarded for an initial period of 24 months with the option to extend up to 2 further 12 month periods.
II.2.9)Information about the limits on the number of candidates to be invited
The authority will establish a shortlist of up to 5 applicants who will be invited to participate in stage 2 of the procurement process. Torbay Council reserves the right to proceed with fewer than 5 applicants. Further information is provided in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lightning Protection
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The servicing and maintenance of lightning protection systems within various properties.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is intended that the contract will be awarded for an initial period of 24 months with the option to extend up to 2 further 12 month periods.
II.2.9)Information about the limits on the number of candidates to be invited
The authority will establish a shortlist of up to 5 applicants who will be invited to participate in stage 2 of the procurement process. Torbay Council reserves the right to proceed with fewer than 5 applicants. Further information is provided in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Water Hygiene Risk Assessment and Monitoring — (WH)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Service visits and providing reports and risk assessments as required.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is intended that the contract will be awarded for an initial period of 24 months with the option to extend up to 2 further 12 month periods.
II.2.9)Information about the limits on the number of candidates to be invited
The authority will establish a shortlist of up to 5 applicants who will be invited to participate in stage 2 of the procurement process. Torbay Council reserves the right to proceed with fewer than 5 applicants. Further information is provided in the procurement documents.
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: as per the conditions in the procurement documents.
Any supplier may be disqualified who does not respond in the requisite manner by completing the selection questionnaire and tender document as detailed and attached within the authority’s eTendering system.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
Minimum level(s) of standards required are detailed within the procurement documents available within the authority’s eTendering portal.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
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:
Section VI: Complementary information
VI.1)Information about recurrence
Building service term contracts are awarded for a maximum term of 4 years including extensions and are therefore re-tendered every 4 years.
VI.3)Additional information:
The authority reserves the right not to award contracts for 1 or more lots included in this procurement process.
VI.4.1)Review body
Town: Torquay
Country: United Kingdom
VI.4.3)Review procedure
The council intends to observe 10 Day standstill period in accordance with the Public Contracts Regulations 2015. Aggrieved bidders may have rights to set aside or overturn the Council’s award decision and/or seek damages, through bringing a formal legal challenge. Strict time limits to do so apply and any challenges to the award of the contract at the end of this procurement should be made to the High Court of Justice (England and Wales), The Strand, London. Further information and guidance may be obtained from HM Government’s Crown Commercial Service or The Cabinet Office.
VI.5)Date of dispatch of this notice: