Nottinghamshire and City of Nottingham Fire Authority Multi Activity contract for planned, preventative and reactive maintenance services required to maintain the authorities’ estate.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Nottinghamshire and City of Nottingham Fire Authority
Headquarters, Bestwood Lodge
Contact point(s): Procurement Team via NFRS In-Tend correspondence — link https://in-tendhost.co.uk/notts-fire/aspx/Home
For the attention of: All correspondence MUST be through the NFRS In-Tend tendering eprocurement portal
NG5 8PD Arnold
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/notts-fire/aspx/Home
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
Other: Fire Authoirty
I.3)Main activity
General public services
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
PRN — 004071 Nottinghamshire and City of Nottingham Fire Authority Multi Activity contract for planned, preventative and reactive maintenance services required to maintain the authorities’ estate.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
NUTS code UKF14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Nottinghamshire and City of Nottingham Fire Authority is inviting expressions of interest from suitably qualified and experienced organisations interested in being invited to tender for the Multi Activity Contract for planned, preventative and reactive maintenance services required to maintain the Authority”s Estate. The Authority’s estate comprises of 27 sites which include Head Quarters, whole time and retained fire stations along with training blocks and training towers. A list of all sites will be provided by Faithful+Gould upon request to the in-tend tendering portal, details in section I.1. The services consist of planned, preventative and reactive maintenance of mechanical and electrical service installations and building fabric across the Authority’s Estate, including services ranging from, but without limitation to, asbestos inspections through to the repair of valves and taps. The Multi Activity Contract will be a 3 year contract with the option of extending for an additional 2 years. Estimated Value is — planned maintenance between 300 000-450 000 GBP per year and reactive maintenance 100 000-250 000 GBP per year. It is anticipated that the size of the Multi Activity Contract may result in the chosen Provider having a full time presence across the Estate from Monday to Friday during the Authority’s working day, to carry out planned and preventative maintenance. Reactive maintenance will be dealt with on an ad hoc basis to carry out works that will be defined within the contract.
II.1.6)Common procurement vocabulary (CPV)
50700000, 50750000, 50514000, 50721000, 50413000, 50531000, 50712000, 50531300, 50532300, 50411300, 50531100, 50532100, 50532200,50531200, 50342000, 50512000, 50711000, 50710000, 50760000, 50341000, 50514100, 50343000, 50510000, 50720000, 50530000, 50532400,50411200, 50411100, 50532000, 44531700, 50513000, 50412000, 50730000, 50883000, 50610000, 50511000, 50511200
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Authority has 27 sites spread across the county of Nottinghamshire and within Nottingham City itself (the site addresses are available upon request from Faithful+Gould via the in-tend tendering portal). The Authority is looking to let a ‘term’ contract for a ‘multiactivity’ contract (the Multi Activity Contract) for planned, preventative and reactive maintenance services required to maintain The Authoritys Estate. This Multi Activity Contract will be for an initial 3 year period with an option for the Authority to extend for up to a further 2 years. The authority has a current Mulit Activity Contract which is due to expire in 2016. The authorities aim is to replace this with a new Mulit Activity Contract for the following reasons: To ensure the Authoritys Estate is well maintained and is compliant with all relevant statutory requirements. To ensure the Authoritys Estate allows the Authority to maintain its operational capability as a fire service at all times. To provide the Authority with a 24/7 reactive call out repair service. To provide best value through the application of economies of scale in larger contracts. To provide a common standard in the way that the Authority expects its contractors to manage equality and diversity and in harmony with its own. To provide a common standard for our requirements in the way that the Authority expects its contractors to manage environmental issues in line with its own. To provide a single point of responsibility for the Authority for the management of our pre-planned and reactive maintenance. To provide a standard level of service for contract services across the Authoritys estate. The estimated value is — planned maintenance between 300 000-450 000 GBP per year and reactive maintenance 100 000-250 000 GBP per year.
It is worthwhile to note at this point that the authority recognises that the Transfer Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply in respect of this contract, and should they so apply that for the purposes of those regulations, the undertaking concerned (or any relevant part of the undertaking) shall transfer to the preferred provider on the commencement of full operations.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The right to request appropriate guarantees and bonds is reserved.
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As specified in the contract notice PQQ and ITT and form of contract.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Participants will be required to complete a PQQ which will be provided upon request by expressing an interest via the NFRS e-procurement system In-Tend https://in-tendhost.co.uk/notts-fire/aspx/Home — see regulation 57 of the Public contracts regulations 2015.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the financial and economic standing requirement as stated in the Pre Qualification Questionnaire and see regulation 58 of the Public contracts regulations 2015.
Minimum level(s) of standards possibly required: Appropriate statements to confirm any firms have or will have the following insurances;
— Professional Indemnity Insurance — 2 000 000 GBP per insurance period.
— Employers Liability — 5 000 000 GBP on each and every claim or series of connected claims basis.
— Public Liability — 10 000 000 GBP on each and every claim or series of connected claims basis.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the technical requirements as stated in the pre qualification questionnaire and see regulation 58 of the Public contracts regulations 2015.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: All organisations shall as a minimum shall be members of CHAS and Constructionline. All electrical operatives shall as a minimum, be qualified in accordance with the current addition of regulation for electrical equipment of buildings published by IEE. Operatives working on gas maintenance are required to be Gas Safe registered. All operatives must hold a current CSCS card appropriate to their profession.
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: Candidates will be limited to the top 6 candidates as ranked after the marking of the PQQ, who have passed all pass/ fail elements of the PQQ and if less than 6, pass all pass/fail elements, it will be the number that have passed all of the pass/fail elements.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PRN -0004071
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 1.7.2015 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.8.2015 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
21.8.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published 2019.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Please note that the pre-qualification questionnaire contains important background and contextual information. The contractual conditions will be set out in the invitation to tender and it is the Contracting Authoritys intention to include certain contractual provisions relating to but not limited to the provision of management information to the Authority and further information will be available in the pre-qualification questionnaire and invitation to tender. Please see below the indicative timetable for this procurement exercise. The Authority reserved the right to amend this timetable should it need to.
As noted in II.2.1 the authority recognises that the Transfer Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply in respect of this contract, and should they so apply that for the purposes of those regulations, the undertaking concerned (or any relevant part of the undertaking) shall transfer to the preferred provider on the commencement of full operations.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days when none-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers. The Award Decision Notice will specify the criteria for the award of the contract, the reasons for the decision including the characteristics and relative advantages, the name and score of the successful tenderer and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contract Regulations 2015 chapter 6 provide for aggrieved parties who have been harmed or are at risk of breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). The Court may order the setting aside of the Award Decision or may order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the Award (either by Award Decision Notification or Contract Award Notice depending on the circumstances) or otherwise 6 months.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
1.6.2015