Installation of new gas heating systems and system upgrades
Central-heating installation work. Heating equipment. Central-heating equipment. Central-heating radiator valves. Plumbing and heating materials. Distance-heating pipes. Heating pipes. Tanks, reservoirs and containers.
United Kingdom-Uxbridge: Heating, ventilation and air-conditioning installation work
2014/S 002-001202
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Hillingdon
Civic Centre, High Street
For the attention of: Brendan Heaslip
UB8 1UW Uxbridge
UNITED KINGDOM
Telephone: +44 1895277099
E-mail: bheaslip@hillingdon.gov.uk
Fax: +44 1895277785
Internet address(es):
General address of the contracting authority: www.hillingdon.gov.uk
Electronic access to information: www.supply4london.gov.uk
Electronic submission of tenders and requests to participate: www.supply4london.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)
Section II: Object of the contract
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code UKI23
Hillingdon proposes to award a contract to a single contractor to deliver the Council’s planned programme of new gas installations and system upgrades to its domestic stock and to its corporate buildings. This may include renewable and combined heat and power installations, heat interface units and Liquefied Petroleum Gas (LPG) installations.
As a prerequisite for this contract, Applicants must have the capabilities, qualifications and resources to deliver these new installations and system upgrades in accordance with the Domestic and Non Domestic Gas Competencies.
45331000, 45331100, 39715200, 39715210, 42131110, 44115200, 44163120, 44163121, 44600000, 44620000, 44621110, 44621111, 44621112, 44621220, 44621221, 45232141, 50721000, 71314310, 09133000
Section III: Legal, economic, financial and technical information
In the event of a successful bid by a consortium, the Contracting Authority reserves the right to require the consortium to establish a separate legal entity to enter into the contract.
Description of particular conditions: The contractor and its supply chain will be required to actively participate in the achievement of social and / or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly, the contract performanace conditions may relate in particular to social and environmental considerations.
The Contracting Authority anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to the transfer of personnel from the Incumbent contractor under this procurement. The Contracting Authority’s detailed requirements will be set out in the contract documents.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.supply4london.gov.uk/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Applicants are required to complete a Pre-Qualification Questionnaire (PQQ) in accordance with the provisions of Article 45 of the Consolidated Directive 2004/18/EC.
(b) The presentation of 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 economic operator is established
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
As set out in the Pre-Qualification Questionnaire (PPQ).
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire (PPQ).
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards
As set out in the Pre-Qualification Questionnaire (PPQ).
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire (PPQ).
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As set out in the Pre-Qualification Questionnaire (PPQ).
Section VI: Complementary information
The information and/or documents for this opportunity are available through the Supply4London electronic portal, www.supply4london.gov.uk.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to the Response Manager and add the following Access Code: 67747K4AU7. Please ensure you follow any instructions provided to you there.
The deadline for submitting your response(s) is 12.00.00 noon on Monday, 03.02.14. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing time and date especially if you have been asked to upload documents.
If you experience any technical difficulties please contact the Supply4london Helpdesk on call 0845 270 7050 or email helpdesk@supply4london.gov.uk.
The Contracting Authority reserves the right not to award any contract pursuant to this procurement exercise and or to abandon this procurement exercise at any time and or to award a contract for part of the works only at its sole discretion. The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion.
As per Section 111. 1.4 The Contracting Authority anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to the transfer of personnel from the incumbent contractor under this procurement. The Contracting Authority’s detailed requirements will be set out in the contract documents. GO Reference: GO-201412-PRO-5367053
High Court of England and Wales
Royal Courts of Justice, Strand
WC1A 2LL London
UNITED KINGDOM
Cabinet Office
70 Whitehall
SW1A 2AS London
VI.5)Date of dispatch of this notice:2.1.2014