Play Area Repairs, Maintenance and Inspection Contract
The London Borough of Enfield is seeking to appoint an experienced and capable contractor to repair, maintain and inspect play equipment, outdoor exercise gymnasium, outdoor sports facilities, ancillary equipment and safer surfaces in Enfield’s Play Areas managed by Enfield Council.
United Kingdom-London: Repair and maintenance services of playground equipment
2015/S 017-027066
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Enfield
4th floor, Civic Centre, Silver Street, Enfield
For the attention of: Mrs Greer Ndefo
EN1 3XA London
UNITED KINGDOM
Telephone: +44 2083795049
E-mail: greer.ndefo@enfield.gov.uk
Internet address(es):
General address of the contracting authority: www.enfield.gov.uk
Electronic access to information: www.londontenders.org
Electronic submission of tenders and requests to participate: www.londontenders.org
Further information can be obtained from: London Borough of Enfield
4th Floor, Civic Centre, Silver Street
Contact point(s): Mrs Greer Ndefo
For the attention of: Mrs Greer Ndefo
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2083795049
E-mail: greer.ndefo@enfield.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough of Enfield
4th Floor, Civic Centre, Silver Street
Contact point(s): Mrs Greer Ndefo
For the attention of: Mrs Greer Ndefo
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2083795049
E-mail: greer.ndefo@enfield.gov.uk
Tenders or requests to participate must be sent to: London Borough of Enfield
4th Floor, Civic Centre, Silver Street
Contact point(s): Mrs Greer Ndefo
For the attention of: Mrs Greer Ndefo
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2083795049
E-mail: greer.ndefo@enfield.gov.uk
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
NUTS code UKI21
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: 0
Duration of the framework agreement
Duration in months: 0
II.1.5)Short description of the contract or purchase(s)
All works will comply with European and British standards including BS EN1176, BS EN1177, EN16630, RPII (Register of Play Inspections International) standards and/or all other relevant British or European Standards.
Suitably qualified and capable Bidders have the opportunity to apply for a two (2) year contract with the possible extension for a further two (2) years. Current annual spend by Regeneration & Environment Department is approximately GBP 80 000. During the contract period, the contract may be used by other Council departments. The estimated annual spend for other Council departments. is GBP 30 000.
The contractor must have the ability to respond to emergency repairs within 2 hours of an order being issued and provide a web based application capable of recording all information and providing administrative requirements for all of the facilities.
II.1.6)Common procurement vocabulary (CPV)
50870000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 320 000 and 440 000 GBP
II.2.2)Information about options
Description of these options: The London Borough of Enfield and Waltham Forest are currently working together to implement a shared Procurement function providing a seamless service across the 2 authorities. One of the long term aims is to combine our requirements into single contracts/framework agreements that may mean during the life of this contract/framework agreement we may seek in incorporate our partner authority’s requirements/spend where deemed practicable.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: Range: between 0 and 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
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.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977 or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983 where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of AuthorityFramework Decision 2008/841/JHA;
b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906; where the offence relates to active corruption;
c) the offence of bribery, where the offence relates to active corruption;
d) fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities, within the meaning of:
i) the offence of cheating the revenue;
ii) the offence of conspiracy to defraud;
iii) fraud or theft within the meaning of the Theft Act 1968, the Theft Act (Northern Ireland) 1969, the Theft Act 1978 or the Theft (Northern Ireland) Order 1978;
iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985, article 451 of the Companies (Northern Ireland) Order 1986 or section 993 of the Companies Act 2006;
v) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993;
vi) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968 or section 19 of the Theft Act (Northern Ireland) 1969;
f) money laundering within the meaning of the Money Laundering Regulations 2003 or Money Laundering Regulations 2007; or
g) any other offence within the meaning of Article 45(1) of Directive 2004/18/EC as defined by the national law of any relevant State
Also, if any of these are true of your organisation:
a) being an individual, is bankrupt or has had a receiving order or administration order or bankruptcy restrictions order made against him or has made any composition or arrangement with or for the benefit of his creditors or has not made any conveyance or assignment for the benefit of his creditors or appears unable to pay or to have no reasonable prospect of being able to pay, a debt within the meaning of section 268 of the Insolvency Act 1986, or article 242 of the Insolvency (Northern Ireland) Order 1989, or in Scotland has granted a trust deed for creditors or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of his estate, or is the subject of any similar procedure under the law of any other state;
b) being a partnership constituted under Scots law, has granted a trust deed or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of its estate;
c) being a company or any other entity within the meaning of section 255 of the Enterprise Act 2002, has passed a resolution or is the subject of an order by the court for the company’s winding up otherwise than for the purpose of bona fide reconstruction or amalgamation, or had a receiver, manager or administrator on behalf of a creditor appointed in respect of the company’s business or any part thereof or is the subject of similar procedures under the law of any other state?
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 26 of the Public Contracts Regulation 2006 as amended from time to time and as set out in the tender documentation available from www.londontenders.org.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of thePublic Contracts Regulations 2006 as amended from time to time and set out in the tender documentation available fromwww.londontenders.org.
Minimum level(s) of standards possibly required: As set out in the tender documentation available from www.londontenders.org.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 as amended from time to time and asset out in the pre-qualification questionnaire and tender documentation available from www.londontenders.org
Minimum level(s) of standards possibly required:
As set out in the tender documentation available from www.londontenders.org.
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.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Place: The London Borough of Enfield
4th Floor, Civic Centre, Silver Street
EN1 3XA Enfield
UNITED KINGDOMNO
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: An authorised officer of the Council.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 36 months.
VI.2)Information about European Union funds
VI.3)Additional information
The Contract is for 2 years with the option to extend the contract for a further period of 2 years. The information and/or documents for this opportunity are available from www.londontenders.org. You must register on this site to respond. Contractors must read through this set of instructions and follow the process to respond to this opportunity. The Authority accepts no responsibility for any costs in relation to the preparation or submission of tenders. Please note that all prices must be quoted in GBP. Potential contractors should note that, in accordance with the UK Government’s policies on transparency, the Authority will be under the obligation to publish the Invitation to Tender (ITT) document, and the text of any contract, subject to possible redactions at the discretion of the Authority. The Authority undertakes to use its best endeavours to hold confidential any commercially sensitive information provided, subject to the Authority’s overriding obligations under the Freedom of Information Act 2000 and its transparency obligations. The Authority will be looking to award the Contract to a single contractor, with a Contract commencement end of April 2015. Tenderers are to note that:(1) The information and/or tender documents for this opportunity will only be available viawww.londontenders.org. Potential tenderers must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password.(2) Potential tenderers must log-in to the www.londontenders.org site, search for the following Contract Title: Play Area Repair and Maintenace and follow the instructions provided to you.(3) The completed ITT submissions for this opportunity will only be received electronically via www.londontenders.org.(4) All communications regarding this opportunity will only be accepted through the ‘discussions’ portal via www.londontenders.org. Written responses will be provided to all enquiries and any points of clarification or information will be circulated to prospective tenderers via the www.londontenders.orgemail system.(5) Potential tenderers are advised to allow yourself at least 2 hours when responding to this opportunity prior to the closing date and time, especially if you are required to upload documents as an attachment.(6) If you experience any technical difficulties please contact the Due North (www.londontenders.org) Helpdesk on +44 1670597120, email: support@due-north.com or Enfield Council Corporate Procurement Team on +44 2083795049, email: londontendersquery@enfield.gov.uk.
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
E-mail: administrativecourtoffice.generaloffice@hmcts.x.gsi.gov.uk
Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
E-mail: administrativecourtoffice.generaloffice@hmcts.x.gsi.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
E-mail: administrativecourtoffice.generaloffice@hmcts.x.gsi.gov.uk
VI.5)Date of dispatch of this notice: