Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Abacus Housing Consortium
c/o Oaklee Homes Group, Leslie Morrell House, 37-41 May Street
For the attention of: Michael Ferguson
BT1 4DN Belfast
UNITED KINGDOM
Telephone: +44 2890441398
E-mail: contracts@oaklee.org.uk
Internet address(es):
General address of the contracting authority: www.oaklee.org.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
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Clanmil Housing Association
Northern Whig House
BT1 2DX Belfast
UNITED KINGDOM
Ulidia Housing Association
20 Derryvolgie Avenue
BT9 6FN Belfast
UNITED KINGDOM
South Ulster Housing Association
20-22 Carleton St.
BT62 3EN Portadown
UNITED KINGDOM
Connswater Homes
157 Upper Newtownards Rd
BT4 3HX Belfast
UNITED KINGDOM
Open Door Housing Association
14 Commercial Court
BT1 2NB Belfast
UNITED KINGDOM
Abbeyfield and Wesley Housing Association
21 Glassillan Grove, Greenisland
BT38 8TE Carrickfergus
UNITED KINGDOM
Hearth Housing
66 Donegall Pass
BT7 1BU Belfast
UNITED KINGDOM
Oaklee Homes Group
37-41 May Street
BT1 4DN Belfast
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The provision of maintenance, service and 24 hour response for Fire Alarms, Fire Fighting Equipment and Emergency Lighting.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Northern Ireland
NUTS code UKN
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Contracting Authority will act as a central purchasing body and wishes to jointly procure a Fire Alarm, Emergency Lighting and Fire Fighting Equipment Service, Maintenance and 24 hour, 365 day a year Response contract on behalf of the following Member Housing Associations (and their statutory successors and organisations created as a result of re-organisation or organisational changes);
— Oaklee Homes Group
— Clanmil Housing
— Ulidia Housing
— Connswater Homes
— Abbeyfield and Wesley Housing Association
— South Ulster Housing Association
— Open Door
— Hearth Housing
— Any other member of the Abacus Housing Consortium who wishes to avail of the Services during the duration of the Contract.
The duration of the Contract is 4 years.
The Services are to include but will not be exclusive to the periodic inspection, servicing and maintenance of the fire detection and alarm equipment and emergency lighting equipment by completion of cyclical planned preventative service visits to each building listed in the Schedules. The inspection visits will include the testing of all smoke and heat detectors, sounders, magnetic hold open devices, flashing beacons, system interlocks, correct operation of the fire panel and dialler units where fitted, emergency lights, central battery systems, power supplies, disabled refuse systems, smoke extraction and ventilation systems, portable and fixed fire fighting equipment. All testing will be carried out to the relevant BS standards.
II.1.6)Common procurement vocabulary (CPV)
45312100, 31682510, 50413200, 45310000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Contracting Authority will act as a central purchasing body and wishes to jointly procure a Fire Alarm, Emergency Lighting and Fire Fighting Equipment Service, Maintenance and 24 hour, 365 day a year Response contract on behalf of the following Member Housing Associations (and their statutory successors and organisations created as a result of re-organisation or organisational changes);
— Oaklee Homes Group
— Clanmil Housing
— Ulidia Housing
— Connswater Homes
— Abbeyfield and Wesley Housing Association
— South Ulster Housing Association
— Open Door
— Hearth Housing
— Any other member of the Abacus Housing Consortium who wishes to avail of the Services during the duration of the Contract.
The duration of the Contract is 4 years.
The Services are to include but will not be exclusive to the periodic inspection, servicing and maintenance of the fire detection and alarm equipment and emergency lighting equipment by completion of cyclical planned preventative service visits to each building listed in the Schedules [recommend a more precise cross reference: which exact schedules in which exact documents]. The inspection visits will include the testing of all smoke and heat detectors, sounders, magnetic hold open devices, flashing beacons, system interlocks, correct operation of the fire panel and dialler units where fitted, emergency lights, central battery systems, power supplies, disabled refuse systems, smoke extraction and ventilation systems, portable and fixed fire fighting equipment. All testing will be carried out to the relevant BS standards.
Estimated value excluding VAT: 1 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority may require guarantees or other security acceptable to the Contracting Authority from tenderers.
To be detailed in the Invitation to Tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be detailed in the Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Subject to the status and involvement of the parties, the Contracting Authority may require parties to commit to joint and several liability in respect of the Contract. Alternatively, the Contracting Authority may expect the lead operator to take total responsibility. The Contracting Authority may require collateral warranties, parent company guarantees and/or performance bonds (as applicable) to be entered into by other economic operators.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Under this procurement thecontractor is required to participate in fulfilling governmental obligations regarding the promotion of equality of opportunity and sustainable development.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The requirements will be consistent with those permitted under Directive 2004/18/EC and will be detailed in the Memorandum of Information and Pre-qualification Questionnaire.
Minimum level(s) of standards possibly required: The requirements will be consistent with those permitted under Directive 2004/18/EC and will be detailed in the Memorandum of Information and Pre-qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The requirements will be consistent with those permitted under Directive 2004/18/EC and will be detailed in the Memorandum of Information and Pre-qualification Questionnaire.
Minimum level(s) of standards possibly required:
The requirements will be consistent with those permitted under Directive 2004/18/EC and will be detailed in the Memorandum of Information and Pre-qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: In accordance with Regulation 16, the minimum number of economic operators shall not be less than 5. The envisaged number of operators is currently 6.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
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
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Fire Alarm Maintenance Contract PF12-010.
IV.3.2)Previous publication(s) concerning the same contract
no
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
29.7.2013 – 15:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Participating in this tender competition. The cost of responding to the pre-qualification questionnaire package (PQQP) and any subsequent invitation to tender and participation in the procurement process generally will be borne solely by each economic operator participating. A Memorandum of Information and pre-qualification questionnaire package (PQQP) is available in respect of the project referred to in Section I above. Economic operators should note that the Contracting Authority reserves the right to cancel this procurement process at any stage.
Any expenditure, work or effort undertaken prior to the contract award is at the sole risk of the economic operator participating in this procurement process. All discussion and correspondence will be deemed strictly “subject to contract” until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorized representatives of the parties. Any date given in Section IV above is a best estimate at the time of despatch. The Contracting Authority reserves the right to extend any such date within the scope of the applicable procurement regulations.
Further to Section IV.1.2 above, and for the avoidance of doubt the number of Economic Operators who will be invited to tender will be restricted to [6] Economic Operators per Lot.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a standstill period at the point information on contract award is communicated to tenderers. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations (SI 2006 No. 5) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.6.2013