East Ayrshire Care and Repair Service
Identification and management of minor home alterations in order to allow users to return to their homes and to actively participate in accident prevention.
United Kingdom-Kilmarnock: Miscellaneous repair and maintenance services
2015/S 062-109102
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
East Ayrshire Council
Corporate Procurement Team, London Road HQ
For the attention of: Kathleen Jones
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576231
Fax: +44 1563576067
Internet address(es):
General address of the contracting authority: http://www.east-ayrshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
Electronic access to information: www.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publiccontractsscotland.gov.uk
Further information can be obtained from: East Ayrshire Council
Corporate Procurement Team, London Road HQ
For the attention of: Kathleen Jones
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576231
Fax: +44 1563576067
Internet address: http://www.east-ayrshire.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: East Ayrshire Council
Corporate Procurement Team, London Road HQ
For the attention of: Kathleen Jones
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576231
Fax: +44 1563576067
Internet address: http://www.east-ayrshire.gov.uk
Tenders or requests to participate must be sent to: East Ayrshire Council
Corporate Procurement Team, London Road HQ
For the attention of: Kathleen Jones
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576231
Fax: +44 1563576067
Internet address: http://www.east-ayrshire.gov.uk
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: East Council Area.
NUTS code UKM33
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)
All completed documents must be uploaded onto the Public Contracts Scotland Tender portal by 12 noon on 11.5.2015.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=342894
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)
50800000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
Description of these options: The contract is for 2 years with the option to extend for 3 further one-year periods, at the sole discretion of the Council.
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.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
All as detailed in the tender documents.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(2) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001;
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
All as detailed in the tender documents.
Minimum level(s) of standards possibly required:
All as detailed in the tender document.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: