Framework for the Inspection and Cleaning of Ductwork
This contract is to be a framework agreement to provide (on a non-exclusive basis as called off from time to time) for the Inspection and Cleaning of Ductwork for Council Buildings.
UK-Durham: Sewage, refuse, cleaning and environmental services
2013/S 025-038724
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Durham County Council
Corporate Procurement, County Hall
For the attention of: Louiza McIntosh
DH1 5UL Durham
UNITED KINGDOM
E-mail: louiza.mcintosh@durham.gov.uk
Internet address(es):
General address of the contracting authority: http://www.durham.gov.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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework for the Inspection and Cleaning of Ductwork.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: County Durham.
NUTS code UKC14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 46
II.1.5)Short description of the contract or purchase(s)
This contract is to be a framework agreement to provide (on a non-exclusive basis as called off from time to time) for the Inspection and Cleaning of Ductwork for Council Buildings. This work is expected to be completed to industry standard HVCA TR19.
The Call off from the framework will be on and as when required basis. There is no
guarantee given to the amount of business promised to the successful contractor. The contract duration
will be 12mths from 1st June 2013, with an option to extend for 3 x 12mths.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 3
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 reserves the right to require deposits, guarantees, bonds or other forms of appropriate
security. Further details will be set out in the tender documents, if relevant.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Finance conditions and payment arrangements will be made in accordance with the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting authority reserves the right to require groupings of service providers to take a particular legal
form or to require a single provider to take primary liability or to require each party to undertake joint and several
liability. If relevant further details will be set out in the tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Council has undertaken a commitment 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.
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: In accordance with Articles 45-50 of Directive 2004/18/EC and Regulations 23-29 of the Public Contracts
Regulations 2006 and as set out in the Tender Documents available from the NEPO Portal
as detailed in V1.3
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 Regulation
2006 and as set out in the Tender Documents available
from the NEPO Portal as detailed in Section V1.3
Minimum level(s) of standards possibly required: Minimum levels of Insurance required – Public Liability
of £5m GBP, Employers Liability of £10m GBP, Motor
Vehicle Insurance £5m GBP.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Article 48 to 50 of Directive 2004/18/
EC and Regulation 25 of the Public Contracts
Regulation 2006 and as set out in the Tender
Documents available from the NEPO Portal
as detailed in section V1.3.
Minimum level(s) of standards possibly required:
Essential criteria as outlined in the Business
Questionnaire (BQ)within the tender documents.
Bidders must successfully pass Parts A-E of the BQ (in
line with the evaluation criteria set out in the BQ
documents) to have their responses to the Essential
Criteria F assessed. Parts A-F of the BQ include grounds for
exclusion; insurance; health and safety, equality and
diversity and essential criteria.
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: 5
Objective criteria for choosing the limited number of candidates: The Council intends to invite the five highest scoring bidding organisations to tender, subject to having also passed sections B – F and achieved a minimum weighted score of 50% for section G – technical capability.
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:
QTLE-94GHAE.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 8.3.2013 – 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
13.3.2013 – 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
25.3.2013
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
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 of information on award of the Contract is communicated to bidders. That 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 bidders to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2006 (SI 2006 No 5) provide for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the EN Standard form 02 – Contract notice 12 / 16 High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained