Electrical Inspection and Testing Works Contract
Perth and Kinross Council is seeking to appoint up to three suitably qualified and experienced contractors under a Framework Agreement to carry out electrical compliance inspection, testing and remedial works for non-domestic and commercial properties in the Perth and Kinross area.
United Kingdom-Perth: Building-inspection services
2014/S 191-337025
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Perth and Kinross Council
2 High Street
Contact point(s): The Environment Service
For the attention of: John Beveridge and Grant Key
PH1 5PH Perth
UNITED KINGDOM
Telephone: +44 1738475300
Fax: +44 1738475510
Internet address(es):
General address of the contracting authority: http://www.pkc.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
Electronic access to information: www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publictendersscotland.publiccontractsscotland.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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: The District of Perth and Kinross, Scotland.
NUTS code UKM27
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 000 000 and 3 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
It is intended that work under the Framework Agreement will be awarded by a combination of direct award and mini-competition. There is more information on this in the tender documents, specifically the ‘Instructions for Tenderers’ document and the ‘Specification of Requirements’ document.
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 2899 under PQQs Open to All Suppliers or ITTs Open to All Suppliers as appropriate. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the PQQ/ITT it will move to your My PQQs/My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)
71315400, 50711000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The estimated spend on identified properties (circa 200) is GBP 375 000 per annum. This figure is estimated based on current knowledge of the existing properties and taking into consideration previous spend on electrical inspection and testing and associated remedial works. The estimated increase in spend to cater for the unknown additional properties is circa GBP 250 000 per annum – this has been calculated on an estimated average cost per building.
Estimated value excluding VAT:
Range: between 2 000 000 and 3 500 000 GBP
II.2.2)Information about options
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) 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.
(6) 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.
(7) 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
(8) 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.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
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) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(3) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(4) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(5) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
III.3.2)Staff responsible for the execution of the service
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
IV.3.8)Conditions for opening of tenders
Date: 11.11.2014 – 10:00
Place:
Pullar House, 35 Kinnoull Street, Perth PH1 5GD.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: In 4 years time
VI.3)Additional information
VI.4.3)Service from which information about the lodging of appeals may be obtained
Head of Legal Services, Perth & Kinross Council
2 High Street
PH1 5PH Perth
UNITED KINGDOM
E-mail: enquiries@pkc.gov.uk
Telephone: +44 1738475000
Internet address: www.pkc.gov.uk
VI.5)Date of dispatch of this notice: