Servicing and Maintenance of Air Conditioning Equipment
Seeking tenders from suitably qualified and experienced suppliers to undertake servicing and maintenance to air conditioning and ventilation systems at various properties owned by the Authority within the Portsmouth.
United Kingdom-Portsmouth: Repair and maintenance services of mechanical building installations
2015/S 115-208738
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Portsmouth City Council
Procurement Service, Floor 4 Core 4, Civic Office, Guildhall Square
Contact point(s): Procurement Service
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392688235
E-mail: procurement@portsmouthcc.gov.uk
Internet address(es):
General address of the contracting authority: https://www.portsmouth.gov.uk/ext/business/business.aspx
Further information can be obtained from: Portsmouth City Council
Procurement Service, Floor 4 Core 4, Civic Office, Guildhall Square
For the attention of: Procurement Service
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392688235
E-mail: procurement@portsmouthcc.gov.uk
Internet address: https://www.portsmouth.gov.uk/ext/business/business.aspx
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Portsmouth City Council
Procurement Service, Floor 4 Core 4, Civic Office, Guildhall Square
For the attention of: Procurement Service
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392688235
E-mail: procurement@portsmouthcc.gov.uk
Internet address: https://www.portsmouth.gov.uk/ext/business/business.aspx
Tenders or requests to participate must be sent to: Portsmouth City Council
Procurement Service, Floor 4 Core 4, Civic Office, Guildhall Square
For the attention of: Procurement Service
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392688235
E-mail: procurement@portsmouthcc.gov.uk
Internet address: https://www.portsmouth.gov.uk/ext/business/business.aspx
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 UKJ31
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)
Contract Award:
The Authority is aiming to have awarded the contract 4.8.2015 and commenced the contract by 17.8.2015.
Contract Term:
The initial period will be for 2 years with an option to extend this for up to a further 3 years to a maximum term of 5 years in increments to be agreed. Extensions will be determined based on performance, agreement of both parties and subject to a continuing need for the service.
Procurement Timetable:
Set out below is the proposed procurement timetable. This is intended as a guide and, whilst the Authority does not intend to depart from the timetable, it reserves the right to do so at any time.
Tender documentation made available on InTend 15.6.2015.
Deadline for requests for clarification 8.7.15 23:59.
Tender return deadline 17.7.2015 14:00.
Deadline for return of Client Reference Questionnaires 17.7.2015.
Confirmation of preferred supplier 23.7.2015.
Start of ten day standstill period 24.7.2015.
End of ten day standstill period 3.8.2015 23:59.
Confirmation of successful supplier 4.8.2015.
Contract commencement 17.8.2015.
Contract end 16.8.2017.
Contractors who wish to apply for this opportunity must complete and return the documentation as detailed within the Invitation to Tender accessible via https://in-tendhost.co.uk/portsmouthcc/aspx/home by the deadline stated above.
II.1.6)Common procurement vocabulary (CPV)
50712000, 71315410, 45350000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Authority owns and maintains a stock of 24 properties that contain air conditioning/ventilation equipment as well as a number of individual residential properties containing heat recovery systems and wishes to procure a Supplier that will provide full servicing and maintenance to the systems identified within the ITT document.
One service provider is required to undertake these works and to operate in co-operation with the Authority, its in-house teams and its other Suppliers. All Suppliers must work collaboratively for the efficient and effective delivery of the Authorities service requirements and objectives.
Scope of Service.
The scope of works includes but is not limited to the following:
— servicing of all air conditioning systems and ventilation equipment;
— servicing of heat recovery systems;
— provision of an emergency breakdown/callout service;
— new installations and replacement of non-serviceable equipment;
— production of Energy Performance Certificates.
II.2.2)Information about options
Description of these options: The initial period will be for 2 years with an option to extend this for up to a further 3 years to a maximum term of 5 years in increments to be agreed. Extensions will be determined based on performance, agreement of both parties and subject to a continuing need for the service.
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
As defined within the ‘Specification and Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As defined within the ‘Specification and Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As defined within the ‘Specification and Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc
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: As defined within the ‘Specification and Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As defined within the ‘Specification and Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc
Minimum level(s) of standards possibly required: As defined within the ‘Specification and Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As defined within the ‘Specification and Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc
Minimum level(s) of standards possibly required:
As defined within the ‘Specification and Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.5)Date of dispatch of this notice: