Planned Maintenance Works London and the South East
The framework contract is to undertake the supply, (via Nominated Suppliers for kitchen materials), installation and associated work in relation to the complete and/or partial refurbishment of Kitchens and Bathrooms in General Needs Housing.
United Kingdom-High Wycombe: Preventive maintenance services
2014/S 083-144700
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Guinness Partnership Limited
17, Mendy Street
Contact point(s): Guinness Procurement
For the attention of: Katherine Rudkin
HP11 2NZ High Wycombe
UNITED KINGDOM
Telephone: +44 1494535823
E-mail: procurement@guinness.org.uk
Fax: +44 1494459502
Internet address(es):
General address of the contracting authority: www.theguinnesspartnership.com
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA2146
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)
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: Guinness South East – Southend, Chelmsford, Colchester. Guinness South Central – Hackney, Tower Hamlets, Southwark. Guinness South, South – East and West Sussex, Surrey, Southwark and Lambeth.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 15
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
This project is being separated into 3 (three) geographical ‘Lots’ which reflect the operational management areas for Guinness South. Each ‘Lot’ will be deemed to form separate contracts.
The contractor will need to be responsible for the following:
— The contractor will provide all competent operatives and approved materials to ensure high standard of workmanship for the installation of all kitchen furniture and sanitary-ware, plumbing, electrical works, works to gas services, wall tiling, floor coverings and decorations and all other associated works.
— The contractor is to ensure that all measurements of spaces are correct prior to ordering or fitting of any materials.
— Any works, additions etc. to the existing gas service installation is to be undertaken in accordance with The Gas Safety (Installation and Use) Regulations 1998 and by competent operatives with the necessary certification and skill and the contractor will be responsible for providing an appropriate Landlords Gas Safety Record.
— For any works involving additions to, alterations to, etc. to existing electrical installation, the materials and installation shall comply with the recommendation and requirements of the current editions etc. of IEE Wiring Regulations, 17th Edition – BS7671:2008 and will be carried out by competent operatives with the necessary certification and skills and the contractor will be responsible for providing an appropriate Periodic Inspection Report (PIR)/ Completion certificate.
In all cases the method of approving will be through the raising and approval, of works orders to the contractor in accordance with The Guinness Partnership Ltd.’s Terms and Conditions of Contract which will be provided at the Invitation to Tender stage. Such works will be priced in accordance with the rates agreed within the contract.
The contractor will be responsible for providing detailed completion and ‘as built’ details to The Partnership in respect of all works to be carried out.
Bidders should note that, under the Framework Agreement, The Guinness Partnership Ltd shall not be obliged as a result of the framework agreement to enter into any Call-Off Contracts with any contractor. Neither shall The Guinness Partnership Ltd be liable to any company as a result of the framework agreement for any loss of profits, loss of contracts or other costs or losses suffered or incurred as a result of not being awarded one or more Call-Off Contracts. The Contracting Authority reserves the right to award a contract to a trade contractor outside of the Framework Agreement. The ensuing arrangements may be used by both current and future members or partners of the The Guinness Partnership Ltd.
II.1.6)Common procurement vocabulary (CPV)
50324200, 45421151, 45211310, 45330000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Bathrooms estimated at 510.
Over the term of the contract.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Guinness South East – Southend, Chelmsford and Colchester
1)Short description
2)Common procurement vocabulary (CPV)
50324200, 45421151, 45211310, 45330000
3)Quantity or scope
Bathrooms estimated 390.
Over the term of the contract.
Lot No: 2Lot title: Guinness South Central – Hackney, Tower Hamlets and Southwark
1)Short description
2)Common procurement vocabulary (CPV)
50324200, 45211310, 45330000, 45421151
3)Quantity or scope
Bathrooms estimated 80.
Over the term of the contract.
Lot No: 3Lot title: Guinness South, South – East and West Sussex, Surrey, Southwark and Lambeth.
1)Short description
2)Common procurement vocabulary (CPV)
50324200, 45211310, 45330000, 45421151
3)Quantity or scope
Bathrooms estimated 40.
Over the term of the contract.
Section III: Legal, economic, financial and technical information
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 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.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) 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.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
(1) A statement of the candidate’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) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(7) 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.
(8) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(10) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(11) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(12) 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 profession and properly completed.
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
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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.3)Additional information
VI.4.1)Body responsible for appeal procedures
Royal Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.3)Service from which information about the lodging of appeals may be obtained
Government Procurement Service
Cabinet Office, 70 Whitehall
SW1A 2AS London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:25.4.2014