Fire Systems Maintenance Kings College London
Kings College London wishes to appoint a Service Provider to maintain Fire Maintenance and Minor Works.
United Kingdom-London: Repair and maintenance services
2015/S 102-185938
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Kings College London
Capital House, 42 Weston Street
For the attention of: Rehila Hamid
Se1 3QD London
UNITED KINGDOM
Telephone: +44 2078488292
E-mail: rehila.hamid@kcl.ac.uk
Internet address(es):
General address of the contracting authority: http://www.kcl.ac.uk/about/structure/admin/purchasing/supply/
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: Central and South East London (Denmark Hill and Honor Oak Park).
NUTS code UKI1
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)
Responses to the pre-qualification questionnaire will be used in the first step of selecting suppliers to tender. Selected suppliers will be will be invited to participate in further in the procurement.
II.1.6)Common procurement vocabulary (CPV)
50000000, 35111500, 35111400
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 anticipated total value and full scope is dependent upon the production of the final specification etc. For guidance purposes only, the range is likely to be 200 000 GBP to 350 000 GBP exc. VAT per annum is given as an indicative cost of the current planned preventative, reactive maintenance and minor works programme.
Currently the planned preventative maintenance and reactive maintenance programmes are provided by a single external contractor. The Fire Maintenance provided by Kings internal resource and separate dedicated specialists or via the external contractor. Planned preventative maintenance is conducted in accordance with agreed schedules and reactive maintenance via work instructions from the College Computer Aided Facilities Management (CAFM) system Planon. Minor works are scheduled and agreed with the estates campus operations teams as required.
Estimated value excluding VAT:
Range: between 200 000 and 600 000 GBP
II.2.2)Information about options
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: Suggested contract form to be used is NEC Term Service Contract 2005 as amended 2006.
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
2) Professional Liability Insurance — Minimum 5 000 000 GBP;
3) Professional Indemnity Insurance Minimum 1 000 000 GBP (however would be asked to increase to 5 000 000 GBP if appointed and for projects);
4) Contractors All Risk — Minimum 1 GBP and will be required if appointed;
5) Minimum company annual turnover 1 000 000 GBP.
III.2.3)Technical capacity
Industry Training — BS5839-1:2002
Have attained BAFE SP203-1 (Modular Scheme for fire Detection and Alarm Systems) accreditation for all modules, certified with 1 of the following five certification bodies who are licensed for this scheme, these are BSI, Certsure, NSI and SSAIB.
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: The objective of the qualification process is to assess the responses to the PQQ and select Potential Providers to proceed to the next stage of the procurement. The Authority will select the top 5 scoring companies subject to them meeting the minimum criteria.
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
Payable documents: no
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
IV.3.8)Conditions for opening of tenders
Additional information about authorised persons and opening procedure: Rehila Hamid or Howard Wilson.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Suppliers are required to register and express interest via the University’s electronic tendering site at the following URL: https://in-tendhost.co.uk/kcl/
The University reserves the right to cancel the tender process at any stage. The University does not accept any liability for any cost incurred in tendering. Please note all submissions must be made electronically unless otherwise expressed in the tender documents. All submissions will be subject to the University’s conditions of electronic submission found at the following URL:
http://www.kcl.ac.uk/aboutkings/orgstructure/ps/purchasing/suppliers/etender.aspx
All tenders must be priced in sterling and payments under the Contract will be made in sterling.
VI.4.1)Body responsible for appeal procedures
Body responsible for mediation procedures
Kings College London
2nd Floor, Capital House, 42 Weston Street
SE1 3QD London
UNITED KINGDOM
Internet address: www.kcl.ac.uk
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: