Electrical Fire Safety Testing Contract
Electrical (Fire Safety) Testing, New Installations and Upgrades Contract.
United Kingdom-London: Repair and maintenance services
2015/S 231-419115
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Ealing
Ealing Council, Perceval House, 14/16 Uxbridge Road, Ealing
For the attention of: Ms Abigail Acosta
W5 2HL London
UNITED KINGDOM
Telephone: +44 2088258860
E-mail: acostaa@ealing.gov.uk
Internet address(es):
General address of the contracting authority: http://www.ealing.gov.uk
Address of the buyer profile: https://londontenders.org
Electronic access to information: https://londontenders.org
Electronic submission of tenders and requests to participate: https://londontenders.org
Further information can be obtained from: London Borough of Ealing
Ealing Council, Perceval House, 14/16 Uxbridge Road, Ealing
For the attention of: Ms Abigail Acosta
W5 2HL London
UNITED KINGDOM
Telephone: +44 2088258860
E-mail: acostaa@ealing.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough of Ealing
Ealing Council, Perceval House, 14/16 Uxbridge Road, Ealing
Contact point(s): Abigail Acosta
W5 3TL London
UNITED KINGDOM
E-mail: acostaa@ealing.gov.uk
Tenders or requests to participate must be sent to: London Borough of Ealing
Ealing Council, Perceval House, 14/16 Uxbridge Road, Ealing
For the attention of: Ms Abigail Acosta
W5 2HL London
UNITED KINGDOM
Telephone: +44 2088258860
E-mail: acostaa@ealing.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
Design and execution
NUTS code UKI
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 Contractor shall provide the Electrical Testing, New Installations and Upgrades Works to the nominated Dwellings and Properties within and (in specified cases) outside the Contract Area, including but not limited to ancillary buildings and facilities and the like ensuring that the Council’s legal obligations and repairing standards are met. The Contractor shall provide works to leasehold Dwellings in accordance with the terms of the relevant leaseholder leases.
Works will commence on or about June 2016 and it is intended that the contract will end in June 2020 but may be subject to the option to extend for up to a further 4 years at the Council’s discretion
There are approximately 8 000 dwellings in communal blocks in the whole borough requiring testing, repair, upgrade or replacement of Lateral sub mains, Landlord’s and domestic supplies. Note that some of the stock is within areas identified for regeneration and development, which is likely to lead to some loss of assets during the course of the contract.
The annual value is approximately 1 5 000 000 GBP. The Employer does not warrant or guarantee any level of works.
Estimated Maximum Value of the life of the Contract inclusive of extensions would be 12 000 000 GBP Excluding VAT.
Additional Information.
This contract is being run through Ealing Council’s e-procurement system (ProContract). All of the information and documentation relating to this contract will be stored online in ProContract.
All expressions of interest / requests for information / tender submissions should be made via ProContract. To do this you will need to register at the web address below and then express an interest in this opportunity. You will then be able to obtain all relevant information / send any requests you have / submit your proposal via the system. https://londontenders.org
Completed tenders must be returned by 7.1.2016 by 12:00 Noon.
II.1.6)Common procurement vocabulary (CPV)
50000000, 44000000, 45000000, 51000000, 31600000, 31200000, 31300000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Contractor shall provide the Electrical Testing, New Installations and Upgrades Works to the nominated Dwellings and Properties within and (in specified cases) outside the Contract Area, including but not limited to ancillary buildings and facilities and the like ensuring that the Council’s legal obligations and repairing standards are met. The Contractor shall provide works to leasehold Dwellings in accordance with the terms of the relevant leaseholder leases.
Works will commence on or about June 2016 and it is intended that the contract will end in June 2020 but may be subject to the option to extend for up to a further 4 years at the Council’s discretion
There are approximately 8 000 dwellings in communal blocks in the whole borough requiring testing, repair, upgrade or replacement of Lateral sub mains, Landlord’s and domestic supplies. Note that some of the stock is within areas identified for regeneration and development, which is likely to lead to some loss of assets during the course of the contract.
The annual value is approximately 1 5 000 000 GBP. The Employer does not warrant or guarantee any level of works.
Estimated Maximum Value of the life of the Contract inclusive of extensions would be 12 000 000 GBP Excluding VAT
Additional information.
This contract is being run through Ealing Council’s e-procurement system (ProContract). All of the information and documentation relating to this contract will be stored online in ProContract.
All expressions of interest / requests for information / tender submissions should be made via ProContract. To do this you will need to register at the web address below and then express an interest in this opportunity. You will then be able to obtain all relevant information / send any requests you have / submit your proposal via the system. https://londontenders.org
Completed tenders must be returned by 7.1.2016 by 12:00 Noon.
II.2.2)Information about options
Description of these options: The Contract Term is for 4 years with the option to extend for up to a further 4 years at the Council’s discretion.
Provisional timetable for recourse to these options:
in months: 96 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: Range: between 0 and 4
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 96 (from the award of the contract)
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
Description of particular conditions: The form of contract for the works will be the JCT MTC 2011 Contract incorporating the Council’s project specific amendments.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Further detail on the relevant requirements are set out in the Qualification Questionnaire (QQ) which candidates will be required to complete and submit.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:(a) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;(b) an indication of the proportion of the contract which the services provider intends possibly to subcontract;Information and formalities necessary for evaluating if requirements are met: In order to assess whether a candidate meets the minimum standards of technical and/or professional ability we consider necessary to ensure that all elements of the contract are fully delivered, candidates will be asked to nominate a number of referees who are local authorities, public bodies or companies and with whom the bidder been engaged in a similar contract. References will betaken up as part of the selection process. We reserve the right to consult further with candidates’ stated referees as part of the process of awarding the contract. Applicants will be required to be members of professional trade bodies, and to demonstrate that staff, tradesmen and subcontractors are qualified and competent, and receive regular and appropriate training and development. Further detail on the relevant requirements are set out in the Qualification Questionnaire (QQ) which candidates will be required to complete and submit Minimum level(s) of standards possibly required.
Minimum level(s) of standards possibly required:
Threshold score required to progress to stage two of evaluation: 60 % of available marks in Previous Experience and Technical Capacity and Ability Sections Tender Proposal Overall We will evaluate qualifying tender submissions as set out below, and the tenderer scoring the highest aggregate marks will be awarded the contract. Tender Proposals will be evaluated in 2 Steps: Step 1: We will make a Quality Assessment based on your submitted Method Statements and a Presentation (40 %) Step 2: We will evaluate Price (60 %) 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.
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.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This contract is being run through Ealing Council’s e-procurement system (ProContract). All of the information and documentation relating to this contract will be stored online in ProContract. All expressions of interest / requests for information / tender submissions should be made via ProContract. To do this you will need to register at the web address below and then express an interest in this opportunity. You will then be able to obtain all relevant information / send any requests you have / submit your proposal via the system. https://londontenders.orgCompleted tenders must be returned by 7.1.2016 by 12:00 Noon.
VI.5)Date of dispatch of this notice: