Fire Alarm and Emergency Lighting Maintenance Tender
The Council seeks to engage a Contractor to carry out a combination of Planned, Corrective and Emergency Maintenance to the Fire Alarm and Emergency Lighting Systems within properties that the Council has a duty to maintain within the boundaries of East Ayrshire Council.
United Kingdom-Kilmarnock: Repair and maintenance services of firefighting equipment
2015/S 118-214871
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: Marion Shaw
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576186
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.publictendersscotland.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publictendersscotland.publiccontractsscotland.gov.uk
Further information can be obtained from: East Ayrshire Council
Corporate Procurement Team, London Road HQ
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576183
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
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576183
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
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576183
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 Ayrshire.
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)
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 project_4054 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will move to your 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)
50413200, 31625200, 31518200
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 200 000 and 250 000 GBP
II.2.2)Information about options
Description of these options: Option to extend by up to 2 x 1 year periods.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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) 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.2.3)Technical capacity
(1) 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.
(2) 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.
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
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: 28.7.2015 – 12:00
Place:
London Road HQ, Kilmarnock
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 24 months.
VI.3)Additional information
VI.5)Date of dispatch of this notice: