Mechanical and Electrical Engineering Services Derby
Mechanical, Electrical and Public Health Facilities Management Works.
United Kingdom-Derby: Repair and maintenance services of electrical and mechanical building installations
2015/S 039-066823
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Derby College
Broomfield Hall, Morley
For the attention of: Iain Baldwin
Derby
UNITED KINGDOM
Telephone: +44 1332387483
E-mail: iain.baldwin@derby-college.ac.uk
Internet address(es):
General address of the contracting authority: www.derby-college.ac.uk
Further information can be obtained from: Armson & Partners Limited
St Matthew’s House, Brick Row, Darley Abbey
Contact point(s): Administration
For the attention of: Rachel Ride
DE22 1DQ Derby
UNITED KINGDOM
Telephone: +44 1332558935
E-mail: rachel.ride@armsons.com
Fax: +44 1332556936
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Armson & Partners Limited
St Matthew’s House, Brick Row, Darley Abbey
Contact point(s): Administration
For the attention of: Rachel Ride
DE22 1DQ Derby
UNITED KINGDOM
Telephone: +44 1332558935
E-mail: rachel.ride@armsons.com
Fax: +44 1332556936
Tenders or requests to participate must be sent to: Armson & Partners Limited
St Matthew’s House, Brick Row, Darley Abbey
Contact point(s): Administration
For the attention of: Rachel Ride
DE22 1DQ Derby
UNITED KINGDOM
Telephone: +44 1332558935
E-mail: rachel.ride@armsons.com
Fax: +44 1332556936
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Various Derby College Sites.
NUTS code UKF11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
50710000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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 on a criminal offence relating to the conduct of their business or profession.
4. All candidates must comply with the requirements of the state in which they are established, regarding registration on the professional or trade register.
5. 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 is not a member of the relevant organisation.
III.2.2)Economic and financial ability
2. 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.
3. All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Minimum level(s) of standards possibly required: Minimum of 5 000 000 GBP required for public and employer insurance together with professional indemnity insurance. Accounts must be audited and certified.
III.2.3)Technical capacity
1. A statement of the contractor’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 list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or professional and properly completed. these should include further education college works.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Relevant experience and business capability. Weighting 15
2. Health and safety performance and quality assurance. Weighting 5
3. Available resources, contractor competence and staff profiles. Weighting 6
4. Company profile and financial standing. Weighting 10
5. Price. Weighting 50
6. Methodology/approach to project. Weighting 9
7. Interview process. Weighting 5
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: