Planned Preventative Maintenance for Scottish Ambulance Service
To provide Planned Preventative Maintenance, Reactive Repair and Statutory Inspecting and Testing Services to all Scottish Ambulance Service locations throughout the Scottish mainland and Islands.
United Kingdom-Edinburgh: Repair and maintenance services of electrical and mechanical building installations
2014/S 092-161744
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Scottish Ambulance Service
National Headquarters, Gyle Square, South Gyle Crescent
Contact point(s): Procurement
For the attention of: Fred Davidson
EH12 9EB Edinburgh
UNITED KINGDOM
Telephone: +44 1313140090
Internet address(es):
General address of the contracting authority: http://www.scottishambulance.com
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00393
Electronic access to information: www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publictendersscotland.publiccontractsscotland.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)
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: Entire Scottish Mainland and the Islands
NUTS code UK
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)
Note: The authority is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code project_2285 within the appropriate area.
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)
50710000, 71630000, 43800000, 31625000, 35000000, 44221240, 50712000, 50531100, 50413100, 50531200, 50500000, 44621000, 42500000,39563530, 71315410, 39715000, 42400000, 50531300
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:
Lot 5 – Maintenance of Vehicle Workshop Equipment will be awarded as one entire region covering sixteen workshops locations across the Scottish Mainland.
The Prequalification Questionnaire lists each Ambulance Station and the area it is designated within.
Estimated value excluding VAT:
Range: between 170 000 and 190 000 GBP
II.2.2)Information about options
Description of these options: An option to extend the intial two year (24 Months) period by a further one year (12 Months).
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Planned Preventative Maintenance of Fixed Electrical Systems, Periodic Testing and Inspection of Fixed Electrical Systems, Periodic Testing and Inspection of Portable Appliances and a Reactive Repair Service
1)Short description
Inspection & Testing of Fixed Electrical Systems including Operation of protective devices, type of earthing arrangements, protection against direct contact, polarity of single pole devices for protection, earth loop impedance for operation of devices relied upon for earth fault protection, protection against indirect contact by measures other than automatic disconnection and general condition of installation.
Testing earth electrode resistance (where applicable), prospective short circuit current at origin of system, earth fault loop impedance at origin of system, insulation resistance to earth, continuity of ring final circuit conductors, continuity of protective conductors and equipotential bonding, operation of residual current devices for earth fault protection and insulation resistance of fixed circuit wiring.
Portable Appliance Testing including examination of the appliance for condition of leads, plugtops, casings and isolating devices, checking rating and condition of fuse. Testing continuity of earthing conductor and insulation resistance. Labelling the appliance with name of person testing appliance and date next test due.
2)Common procurement vocabulary (CPV)
50532400, 50710000, 50711000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 120 000 and 140 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Testing and Inspection of Fire Alarm Systems and Fire Fighting Equipment and a Reactive Repair Service and supply of goods for Fire Fighting Equipment
1)Short description
Checking and Testing of Fire Fighting Equipment including operation fire extinguishers and fire blanket condition.
2)Common procurement vocabulary (CPV)
31625200, 35000000, 35111300
3)Quantity or scope
Estimated value excluding VAT:
Range: between 20 000 and 24 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 3 Lot title: Planned Preventative Maintenance of Mechanical Garage Doors and Reactive Repair Service
1)Short description
2)Common procurement vocabulary (CPV)
44221240
3)Quantity or scope
Estimated value excluding VAT:
Range: between 24 000 and 26 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 4 Lot title: Planned Preventative Maintenace of Heating, Ventilation and Plumbing Systems and a Reactive Repair Service
1)Short description
2)Common procurement vocabulary (CPV)
50712000, 50531100, 44600000, 44620000, 44621000, 44621200, 44621210, 44621220, 44621221, 42160000, 44411750, 39715000, 39715300,45330000, 45332200
3)Quantity or scope
Estimated value excluding VAT:
Range: between 80 000 and 90 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 5 Lot title: Planned Preventative Maintenace of Vehicle Workshop Equipment
1)Short description
2)Common procurement vocabulary (CPV)
42400000, 42410000, 42418000, 51511100, 39714110, 42514310, 42500000, 42520000, 39563530, 71315410, 50531300, 42123000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 25 000 and 27 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 6 Lot title: Testing, Inspection and Risk Assessment of Hot & Cold Water Systems
1)Short description
2)Common procurement vocabulary (CPV)
39715100, 39721400, 42161000, 39370000, 31161400
3)Quantity or scope
Estimated value excluding VAT:
Range: between 50 000 and 60 000 GBP
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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 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) 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
(4) 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;
(5) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities;
(6) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(7) 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.
(8) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(9) 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.
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
Objective criteria for choosing the limited number of candidates: Prequalification Questionnaire.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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.5)Date of dispatch of this notice: