Fire Alarm Maintenance and Installation Work Hemel Hempstead
The services will comprise the servicing, maintenance and replacement of fire alarm installations and equipment. The services required will be for the Council’s corporate asset portfolio and housing assets.
United Kingdom-Hemel Hempstead: Fire-alarm system installation work
2014/S 193-341099
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Dacorum Borough Council
Civic Centre, Marlowes, Herts
Contact point(s): Commissioning, Procurement and Compliance
For the attention of: Andrew Linden
HP1 1HH Hemel Hempstead
UNITED KINGDOM
Telephone: +44 1442228263
E-mail: andrew.linden@dacorum.gov.uk
Internet address(es):
General address of the contracting authority: www.dacorum.gov.uk
Address of the buyer profile: www.dacorum.gov.uk/procurement
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
NUTS code UKH23
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)
II.1.6)Common procurement vocabulary (CPV)
45312100, 31625200, 31625000, 51700000, 44480000, 50413200, 31625100, 45343000, 45343200, 45343210, 45343220
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 850 000 and 2 000 000 GBP
II.2.2)Information about options
Description of these options: The contract term will be for a period of 5 years, extendable up to a maximum of 10 years and is subject to performance and the delivery of the required services in accordance with the overall asset management strategy.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 5
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 selected Bidder will be required to perform the services to the required standards set out in the Invitation to Tender (ITT). Under the contract the Service Provider and their supply chain will be required to participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly, the contract performance conditions may relate in particular to social and environmental considerations to be detailed in the contract documents.
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: In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre qualification questionnaire, applicants will be required to complete a Pre-Qualification Questionnaire (PQQ). The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received by the Council via the Council’s e-tendering portal at https://www.delta-esourcing.com
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre-qualification questionnaire, applicants will be required to complete a Pre-Qualification Questionnaire (PQQ). The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received by the Council via the Council’s e-tendering portal athttps://www.delta-esourcing.com
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre-qualification questionnaire, applicants will be required to complete a Pre-Qualification Questionnaire (PQQ). The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received by the Council via the Council’s e-tendering portal athttps://www.delta-esourcing.com
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Envisaged number of 6 bidders will be invited to tender. Bidders will be short-listed based on criteria set out in the PQQ.
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
Expressions of Interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received by the Council via the Council’s e-tendering portal at https://www.delta-esourcing.com You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing user-name and password. The deadline for submitting your response is 14.11.2014 12:00. Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time, especially if you have been asked to upload documents. If you experience any technical difficulties please contact the Delta eSourcing Help-desk on +44 8452707050 or email helpdesk@delta-esourcing.com. Expressions of interest not submitted in the required format or containing all the requested information may be rejected. All communications shall be in English. Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from the Invitation to Tender (ITT) will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The contracting authority does not bind itself to accept any tender and reserves the right to accept any part of any tender unless the tenderer expressly stipulates to the contrary. DBC is of the view that the EU Business Transfers Directive 2001/23/EC may apply to this procurement. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/56XNUB6Y94
GO Reference: GO-2014103-PRO-6062600
VI.4.1)Body responsible for appeal procedures
Royal Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: www.hmcourts-service.gov.uk
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: www.cedr.com
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Dacorum Borough Council
Civic Centre, Marlowes, Herts
HP1 1HH Hemel Hempstead
UNITED KINGDOM
E-mail: andrew.linden@dacorum.gov.uk
Telephone: +44 1442228263
Internet address: www.dacorum.gov.uk
VI.5)Date of dispatch of this notice: