Electrical Rewire Contract Melton Mowbray
Electrical Rewire and Conversion of Electrical Storage Heaters Programme.
United Kingdom-Melton Mowbray: Repair and maintenance services of electrical building installations
2015/S 089-160188
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Melton Borough Council
Parkside, Station Approach, Burton Street
For the attention of: Richard Whitmore
LE13 1GH Melton Mowbray
UNITED KINGDOM
E-mail: rwhitmore@melton.gov.uk
Internet address(es):
General address of the contracting authority: www.melton.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: Melton Mowbray.
NUTS code UKF22
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 work will involve the conversion of old Electrical Storage Heaters to new Dimplex Quantum Storage Heaters as per the specification and also inspections, upgrading and rewiring of all electrical installations to a selection of properties within the Borough of Melton
The variety of electrical works are required at various locations throughout Melton Borough Council’s property portfolio, details of which are provided in the ‘Block Listing’ document that accompanies the contract specification.
The contract will be for a period of 4 years. Subject to requirements and at the Council’s sole discretion the contract may be extended for up to a further 2 years.
It is anticipated that the contract will commence 1.10.2015.
II.1.6)Common procurement vocabulary (CPV)
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:
Estimated value excluding VAT:
Range: between 1 400 000 and 2 100 000 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.1.1)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 services to be undertaken in conformance with all relevant legislation and standards.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
The successful contractor must evidence compliance with statutory minimum requirements in terms of Health and Safety, Environmental management, Equalities and Safeguarding.
Minimum level(s) of standards possibly required:
A pre-qualification questionnaire must be completed. Tenderer’s must meet the mandatory standards laid down in the tender documents and summarised in section II. 1.5) above and demonstrate adequate ability and resilience to undertake the service.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Organisation details and experience, Financial information, Technical and Professional Ability, Technical Resources and References, Insurances, Equalities, Employment practices, Environmental Management, Health and Safety, Business Continuity, Safeguarding — sub criteria and weightings applied to them are set out in the Evaluation scoring Matrix accompanying the Pre-Qualification Questionnaire.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
The Solicitor to the Council
Melton Borough Council, Parkside, Station Approach, Burton Street
LE13 1GH Melton Mowbray
UNITED KINGDOM
Internet address: http://melton.gov.uk
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: