Maintenance and Periodic Servicing of Air Conditioning Blackpool
To appoint a single provider for the maintenance and periodic servicing of air conditioning and air handling plants.
United Kingdom-Blackpool: Repair and maintenance of plant
2017/S 173-354711
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
PO Box 4
Blackpool
FY1 1NA
United Kingdom
Contact person: Helen Thompson
Telephone: +44 1253478760
E-mail: helen.thompson@blackpool.gov.uk
NUTS code: UKD42
Address of the buyer profile: http://www.blackpool.gov.uk/
I.1)Name and addresses
10525158
Ainscoe House, 12 East Park Drive
Blackpool
FY3 8PW
United Kingdom
Contact person: Philip Davies
E-mail: Philip.Davies@bfwml.co.uk
NUTS code: UKD42
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Maintenance and Periodic Servicing of Air Conditioning and Air Handling Plant.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Blackpool Borough Council and BFW Management Ltd trading as Atlas (on behalf of Blackpool Teaching Hospitals NHS Foundation Trust) are looking to appoint a single provider for the maintenance and periodic servicing of air conditioning and air handling plants.
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
The contractor shall carry out the maintenance and periodic servicing of air conditioning and air handling plant for Blackpool Borough Council and for BFW Management Ltd trading as Atlas.
The Contract will also be available for use by the Council’s wholly owned subsidiaries including the below. Candidates should note it is not a guarantee the companies will utilise the framework:
Blackpool Entertainment Company Ltd
Registered Address: 1 Bickerstaffe Square, Talbot Road, Blackpool, FY1 3AH.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
1 year + 1 year subject to budget and satisfactory review.
II.2.9)Information about the limits on the number of candidates to be invited
Only the submissions which pass the mandatory and discretionary elements, and score 60 % or above on the weighted questions, and are ranked within the highest scoring bidders will be invited through to Stage 2 — Invitation to Tender. It is envisaged that a maximum of 5 Suppliers will be invited to tender.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As per the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
This tender will be run electronically via the North West’s Supplier Portal — ‘The Chest’. In order to express your interest in this tender and to download/upload all documentation relating to this tender you must register (free of charge) on The Chest. https://procontract.due-north.com/ You may then search for this opportunity and register your interest on The Chest.
VI.4.1)Review body
London
United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
The Council and BFW Management Ltd will incorporate a minimum 10 calendar-day standstill period at the point information on the award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into. Such information should be requested from the address stated in section I.1 above. If an appeal regarding the award of Contract has not been successfully resolved, the Public Contracts Regulations 2015 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). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective”.
VI.5)Date of dispatch of this notice: