Playground maintenance London
Playground maintenance and repair services.
UK-London: repair and maintenance services of playground equipment
2012/S 64-104441
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Wandsworth Borough Council
The Town Hall, Wandsworth High Street
For the attention of: Mike Haines
SW18 2PU London
UNITED KINGDOM
Telephone: +44 2088716909
E-mail: mjhaines@wandsworth.gov.uk
Fax: +44 2088717563
Internet address(es):
General address of the contracting authority: www.wandsworth.gov.uk
Further information can be obtained from: Wandsworth Borough Council
Finance Team, Design Services, The Town Hall
For the attention of: Mike Haines
SW18 2PU London
UNITED KINGDOM
Telephone: +44 2088716909
E-mail: mjhaines@wandsworth.gov.uk
Fax: +44 2088717563
Internet address: www.wandsworth.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Wandsworth Borough Council
Finance Team, Design Services, The Town Hall
For the attention of: Claire Elliott
SW18 2PU London
UNITED KINGDOM
Telephone: +44 2088718518
E-mail: celliott@wandsworth.gov.uk
Internet address: www.wandsworth.gov.uk
Tenders or requests to participate must be sent to: Wandsworth Borough Council
Finance Team, Design Services, The Town Hall
For the attention of: Claire Elliott
SW18 2PU London
UNITED KINGDOM
Telephone: +44 2088718518
E-mail: celliott@wandsworth.gov.uk
Internet address: www.wandsworth.gov.uk
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UKI11
a) Provision of playground maintenance and repair services for housing and children’s services departments in accordance with the specification and schedule of prices. Nature of the works includes for maintenance and repair of playground equipment, fencing and safer surfacing.
50870000
Estimated value excluding VAT: 735 000 GBP
Description of these options: It is proposed to appoint a single supplier for a 5 year contract with a possible further mutually agreed extension for up to 2 years.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Minimum level(s) of standards possibly required: As set out in the pre-qualifying questionnaire (PQQ).
As set out in the pre-qualifying questionnaire (PQQ).
Minimum level(s) of standards possibly required:
As set out in the pre-qualifying questionnaire (PQQ).
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Organisations wishing to be considered for selection to tender are required to complete a pre-qualifying questionnaire (PQQ) which should be obtained from Claire Elliott, by emailing celliott@wandsworth.gov.uk or writing to Claire Elliott, Finance Team, design services, Town Hall, Wandsworth High Street, London SW18 2PU, UNITED KINGDOM.
The deadline for the submission and receipt of the PQQ, along with all supporting documentation, is 12:00 noon on Wednesday 25.4.2012. Contractors are advised to request the PQQ at least two weeks in advance of the closing date. Late submissions may not be considered.
The PQQ will require organisations to clearly demonstrate their proven experience and capability to undertake this type of work. Selection for inclusion within the tender list will be based on responses provided within the PQQ, including the following criteria:
a) Proven technical competence and capability, including evidence of a minimum of 3 years experience in maintenance works of this nature;
b) Evidence of relevant experience of playground maintenance including ability to demonstrate knowledge of BS EN 1176 and 1177 or equivalent;
c) Evidence of ability to deliver to the contract standard, including references drawn from references for the supply and installation of playground equipment and safer surfacing;
d) Member of the Register of Playground Inspectors International (RPII) or equivalent;
e) Evidence of economic and financial standing in respect of viability to perform the services;
f) Suitable insurance cover. (public liability to a minimum of 5 000 000 GBP (five million pounds) per occurrence, employers liability to a minimum of 10 000 000 GBP (ten million pounds) or a statement that these will be obtained if awarded the contract;
g) Satisfactory evidence that the organisation has an annual turnover of at least twice annual contract value;
h) Satisfactory evidence of a sound record of quality standards, including complaint handling, health and safety, CDM Regulations 2007 and equal opportunities;
i) An up-to-date registration card or a sub-contractor’s certificate issued under the construction industry tax scheme;
j) Evidence of the capacity to manage maintenance contracts, including details of a computerised system for monitoring and recording all service items and breakdowns;
k) Evidence that a business continuity plan is in place.
Following the evaluation of PQQs, including receipt and evaluation of references, it is the Council’s intention to limit the tender list to a maximum of 6 organisations including the in-house technical services department. If more than 6 companies including the in-house technical services department fulfil the selection criteria, those scoring the highest number of points on the evaluation criteria in the PQQ will be invited to tender.
Section VI: Complementary information
Applicants are advised that references will be obtained in writing from the three referees. It is the applicant’s responsibility to ensure that their referees respond within the time scale.
Any queries relating to this advertisement should be directed to Mike Haines on +44 2088716909, fax +44 2088717563/8428 or by email to mjhaines@wandsworth.gov.uk. GO Reference: GO-2012328-PRO-3815773.
VI.5)Date of dispatch of this notice:28.3.2012