Health and Safety Service London
The Authority require a comprehensive Health and Safety service in respect of all its sites, open spaces and built facilities over a seven (7) year cycle (with the potential to extend up to a further three (3) years) assessed on risk, with health and safety audits being completed annually.
UK-Enfield: health and safety services
2012/S 80-131585
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Lee Valley Regional Park Authority
Myddelton House, Bulls Cross
Contact point(s): Resources & Business Development (Finance)
For the attention of: Simon Sheldon
EN2 9HG Enfield
UNITED KINGDOM
Telephone: +44 1992717711
E-mail: ajevon-homer@leevalleypark.org.uk
Fax: +44 1992719937
Internet address(es):
General address of the contracting authority: www.leevalleypark.org.uk
Address of the buyer profile: http://www.leevalleypark.org.uk/en/content/cms/corporate/business-finance/procurement/
Further information can be obtained from: Lee Valley Regional Park Authority
Myddelton House, Bulls Cross
Contact point(s): Resources & Business Development (Procurement)
For the attention of: Matthew Jones
EN2 9HG Enfield
UNITED KINGDOM
Telephone: +44 1992717711
E-mail: procurement@leevalleypark.org.uk
Fax: +44 1992719937
Internet address: www.leevalleypark.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Lee Valley Regional Park Authority
Myddelton House, Bulls Cross
Contact point(s): Resources & Business Development (Procurement)
For the attention of: Matthew Jones
EN2 9HG Enfield
UNITED KINGDOM
Telephone: +44 1992717711
E-mail: procurement@leevalleypark.org.uk
Fax: +44 1992719937
Internet address: www.leevalleypark.org.uk
Tenders or requests to participate must be sent to: Lee Valley Regional Park Authority
Myddelton House, Bulls Cross
Contact point(s): Chief Executive
For the attention of: Committee & Member Services
EN2 9HG Enfield
UNITED KINGDOM
Telephone: +44 1992717711
Fax: +44 1992719937
Internet address: www.leevalleypark.org.uk
Section II: Object of the contract
Service category No 26: Recreational, cultural and sporting services
Main site or location of works, place of delivery or of performance: Lee Valley Regional Park Authority, Middlesex EN2 9HG, UNITED KINGDOM.
NUTS code UKI12
The service should be based on providing a full support service each year under the contract term. This will include sites that are directly managed by the Authority as well as those that are run by a third party contractor. The number of days that this will require an on-site presence is to be determined by the supplier in the effective provision of this support service. As a minimum requirement, it is anticipated that the supplier would be expected to be at/on any of the Authority’s premises for at least four (4) days per week.
The health and safety service will deliver an effective service that will enhance the on-going health and safety requirements and operation of the Authority.
71317200, 71317210
Range: between 420 000 and 560 000 GBP
Description of these options: This Contract will be let initially for a seven (7) year period with an option to extend, up to a further three (3) years; this is subject to satisfactory performance from the service provider.
Section III: Legal, economic, financial and technical information
Description of particular conditions: The Authority’s standard terms and conditions will apply but the contract will have a stand alone bespoke contract.
These standard terms and conditions can be found by using the following address:
http://www.leevalleypark.org.uk/en/content/cms/corporate/business-finance/procurement/#standard-terms-and-conditions
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process;
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession;
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession;
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register;
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process;
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation;
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established;
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance;
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice;
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business;
(5) Presentation of the bidder’s balance sheets or extracts from the balance sheets, where publication of the balance sheet is required under the law of the country in which the bidder is established for the preceding 3 years;
(6) A statement of the bidder’s overall turnover and the turnover related to similar activities covered by this contract, for the 3 previous financial years.
Minimum level(s) of standards possibly required: As set out within the pre-qualification questionnaire (PQQ) documentation. This can be accessed at the following address: http://www.leevalleypark.org.uk/go/current-tenders.
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years;
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided;
(4) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities;
(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(6) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate;
(8) Five (5) years experience of managing similar public sector contract(s);
(9) Three (3) satisfactory and relevant references (one must be Public sector) from other clients receiving Health & Safety service from the operator.
Minimum level(s) of standards possibly required:
As set out in the PQQ documentation:
www.leevalleypark.org.uk/go/current-tenders
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The number will be determined through the ranking of the responses to the PQQ, based on the applicants compliance with the evaluation and scoring analysis outlined within the PQQ.
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 60
2. Quality. Weighting 40
Notice on a buyer profile
Notice number in the OJEU: 2007/S 99-122152 of 25.5.2007
Section VI: Complementary information
Estimated timing for further notices to be published: If the three (3) year extension period is taken up by the Authority, the next Contract Notice is expected to be published in 2022.
This can be accessed using the following link below; the pre-qualification questionnaire (PQQ) documentation must be submitted by 12:00 noon, Tuesday 29.5.2012.
Link: http://www.leevalleypark.org.uk/go/current-tenders.
(MT Ref:87793).
VI.5)Date of dispatch of this notice:20.4.2012