Heating Plant Maintenance Bracknell
Bracknell Forest Council and West Berkshire Council are looking to appoint a single contractor for the entire inspection, comprehensive maintenance and testing of heating, ventilation, hot water systems and gas fired equipment in properties within each authority.
United Kingdom-Bracknell: Repair and maintenance services of boilers
2013/S 169-293312
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and 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: yes
West Berkshire Council
Market Street
RG14 5LD Newbury
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Heating Plant Maintenance.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
NUTS code UKJ11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Bracknell Forest Council and West Berkshire Council are looking to appoint a single contractor for the entire inspection, comprehensive maintenance and testing of heating, ventilation, hot water systems and gas fired equipment in properties within each authority.
II.1.6)Common procurement vocabulary (CPV)
50531100, 50531000, 50531200
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: yes
Tenders may be submitted for one or more lots
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:
The tender will consist of two lots and will result in two separate contracts being awarded.
Lot 1 Bracknell Forest Council;
Lot 2 West Berkshire Council.
The initial contract term will be for the period of three years with the option to extend by a further period of two years.
II.2.2)Information about options
Options: yes
Description of these options: The initial contract term will be for the period of three years with the option to extend by a further period of two years.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 60 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Starting 1.7.2014. Completion 30.6.2019
Information about lots
Lot No: 1 Lot title: Bracknell Forest Council
1)Short description
Bracknell Forest Council are looking to appoint a single contractor for the entire inspection, comprehensive maintenance and testing of heating, ventilation, hot water systems and gas fired equipment in properties within the borough.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: West Berkshire Council
1)Short description
West Berkshire Council are looking to appoint a single contractor for the entire inspection, comprehensive maintenance and testing of heating, ventilation, hot water systems and gas fired equipment in properties within the authority.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See invitation to tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See invitation to tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See invitation to tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: See invitation to tender documentation.
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: The scoring matrix used to assess and qualify suppliers will be despatched with the pre-qualification questionnaire, sent to respondents of this notice.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The scoring matrix used to assess and qualify suppliers will be despatched with the pre-qualification questionnaire, sent to respondents of this notice.
Minimum level(s) of standards possibly required: The scoring matrix used to assess and qualify suppliers will be despatched with the pre-qualification questionnaire, sent to respondents of this notice.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The scoring matrix used to assess and qualify suppliers will be despatched with the pre-qualification questionnaire, sent to respondents of this notice.
Minimum level(s) of standards possibly required:
The scoring matrix used to assess and qualify suppliers will be despatched with the pre-qualification questionnaire, sent to respondents of this notice.
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 minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: The scoring matrix used to assess and qualify suppliers will be despatched with the pre-qualification questionnaire, sent to respondents of this notice.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
IV.3.2)Previous publication(s) concerning the same contract
Other previous publications
Notice number in the OJEU: 2009/S 220-316749 of 14.11.2009
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: 25.9.2013 – 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
2.10.2013 – 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
7.11.2013
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
Date: 20.12.2013 – 12:00
Place:
Bracknell Forest Council.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 5 years.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The prequalification pack must be downloaded directly from the South East Business Portal: www.businessportal.southeastiep.gov.uk
Organisations must also specifically register their interest on the South East Business Portal in order to be kept informed of any changes or notifications regarding this process. The Council will not be held responsible for not informing any organisation who has not officially registered their interest on this site. This site is free of charge to register. The dates and values presented within this notice are best estimates at the time of publication.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:29.8.2013