Framework for Disability Equipment and Maintenance
LOT 1 – Supply, Installation, Servicing, Maintenance, Refurbishment and Storage of Ceiling Track Hoists:
1. Provision of new ceiling track hoists; 2. Removal of redundant ceiling track hoists; 3. Refurbishment and storage of ceiling track hoists; 4. Installation of refurbished ceiling track hoists.
United Kingdom-Sandbach: Installation services of lifting equipment
2013/S 224-390037
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Cheshire East Borough Council
Procurement, Westfields, Middlewich Road
For the attention of: Steve Mellor
CW11 1HZ Sandbach
UNITED KINGDOM
Telephone: +44 1270686439
E-mail: steve.mellor@cheshireeast.gov.uk
Further information can be obtained from: Cheshire East Borough Council
Operators are required to register and download ITT documentation via the Chest at www.thechest.nwce.gov.uk – the project reference is NWCE-9ACBSY
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Cheshire East Borough Council
Operators are required to register and download ITT documentation via the Chest at www.thechest.nwce.gov.uk – the project reference is NWCE-9ACBSY.
UNITED KINGDOM
Tenders or requests to participate must be sent to: Cheshire East Borough Council
Operators are required to register and download ITT documentation via the Chest at www.thechest.nwce.gov.uk – the project reference is NWCE-9ACBSY.
UNITED KINGDOM
Environment
Social protection
Recreation, culture and religion
Section II: Object of the contract
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Within the Borough of Cheshire East.
NUTS code UKD2
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 300 000 and 500 000 GBP
The framework is to be divided into the following LOTS:
LOT 1 – Supply, Installation, Servicing, Maintenance, Refurbishment and Storage of Ceiling Track Hoists:
1. Provision of new ceiling track hoists;
2. Removal of redundant ceiling track hoists;
3. Refurbishment and storage of ceiling track hoists;
4. Installation of refurbished ceiling track hoists;
5. Decommissioning of ceiling track hoists that have reached the end of their useful life;
6. Provision of warranty to accompany the provision of new and refurbished ceiling track hoists
7. Servicing of ceiling track hoists in accordance with the manufacturers’ recommended preventative maintenance regime outside of any warranty period; and
8. Call-outs for repairs and maintenance of ceiling track hoists (both within and outside of any warranty period);
to be specified by the Council at the point of order.
LOT 2 – Servicing, Maintenance, Refurbishment, Storage and Reinstallation of Lifts for Disabled Persons:
1. Removal of redundant stair lifts, vertical lifts and step lifts;
2. Refurbishment and storage of stair lifts, vertical lifts and step lifts;
3. Re-installation of refurbished stair lifts, vertical lifts and step lifts;
4. Decommissioning of stair lifts, vertical lifts and step lifts that have reached the end of their useful life;
5. Provision of warranty to accompany the re-installation of refurbished stair lifts, vertical lifts and step lifts;
6. Servicing of stair lifts, vertical lifts and step lifts in accordance with the manufacturers’ recommended preventative maintenance regime outside of any warranty period;
7. Call-outs for repairs and maintenance of stair lifts, vertical lifts and step lifts outside of any warranty period;
To be specified by the Council at the point of order.
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME’s). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
51511100, 51100000, 50000000, 50532000, 50750000, 45350000, 45313100, 42416300, 42416100, 33192600
Tenders may be submitted for one or more lots
Lot 2 – 2 years.
The values given in this notice are only estimations – the Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a “Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 300 000 and 500 000 GBP
Information about lots
Lot No: 1 Lot title: Supply, Installation, Servicing, Maintenance, Refurbishment and Storage of Ceiling Track Hoists
2. Removal of redundant ceiling track hoists;
3. Refurbishment and storage of ceiling track hoists;
4. Installation of refurbished ceiling track hoists;
5. Decommissioning of ceiling track hoists that have reached the end of their useful life;
6. Provision of warranty to accompany the provision of new and refurbished ceiling track hoists
7. Servicing of ceiling track hoists in accordance with the manufacturers’ recommended preventative maintenance regime outside of any warranty period; and
8. Call-outs for repairs and maintenance of ceiling track hoists (both within and outside of any warranty period)
to be specified by the Council at the point of order.
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME’s). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
51511100, 51100000, 50000000, 50532000, 45350000, 42416300, 33192600
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
Estimated value excluding VAT:
Range: between 150 000 and 250 000 GBP
2. Refurbishment and storage of stair lifts, vertical lifts and step lifts;
3. Re-installation of refurbished stair lifts, vertical lifts and step lifts;
4. Decommissioning of stair lifts, vertical lifts and step lifts that have reached the end of their useful life;
5. Provision of warranty to accompany the re-installation of refurbished stair lifts, vertical lifts and step lifts;
6. Servicing of stair lifts, vertical lifts and step lifts in accordance with the manufacturers’ recommended preventative maintenance regime outside of any warranty period
7. Call-outs for repairs and maintenance of stair lifts, vertical lifts and step lifts outside of any warranty period;
To be specified by the Council at the point of order.
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME’s). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
50000000, 50532000, 50750000, 51100000, 45350000, 45313100, 42416100, 51511100
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
Estimated value excluding VAT:
Range: between 150 000 and 250 000 GBP
Section III: Legal, economic, financial and technical information
In the case of consortium bids, the contracting authority reserves the right to require any consortium the authority awards a contract to, if it is justified for the satisfactory performance of the contract, to name a lead partner with whom it can contract, or alternatively, to form a single legal entity before entering into, or as a term of, the contract.
Description of particular conditions: Social Value: The Council is committed to ensure wider social and community benefits are achieved in the course of all its commissioning and procurement activities. In accordance with this, suppliers are required to work with the Council towards achieving such aims.
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
As detailed in the ITT documents.
Minimum level(s) of standards possibly required: As detailed in the ITT documents.
As detailed in the ITT documents.
Minimum level(s) of standards possibly required:
As detailed in the ITT documents.
Tenderers must successfully pass all sections within the Business Questionnaire within the ITT documents before being evaluated further.
Section IV: Procedure
Section VI: Complementary information
In order to participate, providers must register, complete and upload completed ITT documentation and submit this via the Chest at http://www.thechest.nwce.gov.uk/ – the project reference on The Chest is NWCE-9ACBSY – the time limit for returning the completed ITT submission is the 6.1.2014 at 12:00 noon.
The values given in this notice are only estimations – The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period – any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential providers.
LOT 2 – The Council notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process.
The Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
The Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
The Public Contracts Regulations 2006 (SI 2006 No 5) provides 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 (England, Wales and Northern Ireland).
The Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:18.11.2013