Mechanical Maintenance and Minor Works Framework Agreement
Provision of an Mechanical Maintenance and Minor Works Services to non-domestic properties throughout East Ayrshire, Scotland.
UK-Kilmarnock: Repair and maintenance services of central heating
2013/S 112-190439
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Contact point(s): Legal, Procurement & Regulatory
For the attention of: Alex Reid
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576186
E-mail: alex.reid@east-ayrshire.gov.uk
Fax: +44 1563576179
Internet address(es):
General address of the contracting authority: http://www.east-ayrshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
Further information can be obtained from: East Ayrshire Council
London Road HQ
Contact point(s): Corporate Procurement Team
For the attention of: Refer to Additional Information
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576186
Fax: +44 1563576179
Internet address: http://www.east-ayrshire.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: East Ayrshire Council
London Road HQ
Contact point(s): Corporate Procurement Team
For the attention of: Refer to Additional Information
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576186
Fax: +44 1563576179
Internet address: http://www.east-ayrshire.gov.uk
Tenders or requests to participate must be sent to: East Ayrshire Council
London Road HQ
Contact point(s): Corporate Procurement Team
For the attention of: Refer to Additional Information
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576186
Fax: +44 1563576179
Internet address: http://www.east-ayrshire.gov.uk
Section II: Object of the contract
Execution
Main site or location of works, place of delivery or of performance: Within the boundaries of East Ayrshire Council..
NUTS code UKM33
maximum number of participants to the framework agreement envisaged: 8
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 000 000 and 2 800 000 GBP
Frequency and value of the contracts to be awarded: As required.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=265250
The awarding authority has indicated that it will accept electronic responses to this notice via a ‘Tender Submission Postbox’ facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=265250
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
50720000, 45232141, 71314310, 45259300, 45331100, 50712000
Estimated value excluding VAT:
Range: between 2 000 000 and 2 800 000 GBP
Description of these options: 1 year extension option.
Number of possible renewals: 1
Section III: Legal, economic, financial and technical information
Description of particular conditions: Companies must be SSIP (e.g. CHAS, SAFEcontractors, Acclaim etc.) approved Contractors.
(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.
Refer to Tender Documents.
Only companies who have (or commit to have) a minimum of GBP5M Public Liability will be considered for inclusion in the Framework Agreement.
(1) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(2) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 75
2. Quality Management Proposals. Weighting 10
3. Ability to Deliver/First Time Fix Proposals. Weighting 10
4. Employment/Apprenticeships/Supply Chain Proposals. Weighting 5
Section VI: Complementary information
Estimated timing for further notices to be published: 3 or 4 years, dependent upon extension option being invoked.
No late tender submissions can be accepted. Tenderers must allow sufficient time for uploading of documents to allow for any technical difficulties.
Should you experience difficulty uploading your submission please contact the PCS helpdesk immediately (+44 8445610673) to log your problem and also immediately contact alex.reid@east-ayrshire.gov.uk detailing the problem, prior to the closing time and date for submissions.
(SC Ref: 265250)
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the commencement date, and which the Contractor has not, before the date of this contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Refer to VI.4.2)
UNITED KINGDOM
VI.5)Date of dispatch of this notice:7.6.2013