Statutory tests and inspections and building maintenance service contracts
Lot 1 – mechanical and electrical plant Lot 2 – fire and security Lot 3 – building fabric, structure and finishes Lot 4 – statutory tests and inspections Lot 5 – lifts and lifting equipment.
United Kingdom-Birmingham: Repair and maintenance services of building installations
2013/S 230-399490
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Birmingham Metropolitan College
James Watt Campus, Aldridge Road, Great Barr
Contact point(s): AA Projects Limited
For the attention of: Graham Forrester
B44 8NE Birmingham
UNITED KINGDOM
Telephone: +44 7837191244
E-mail: grahamforrester@aaprojects.co.uk
Fax: +44 1619736193
Internet address(es):
General address of the contracting authority: http://www.bmetc.ac.uk
Address of the buyer profile: http://www.aaprojects.co.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
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Statutory tests and inspections and building maintenance service contracts.
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
Main site or location of works, place of delivery or of performance: UKG – West Midlands
NUTS code
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)
Provision of statutory tests and inspections; planned preventative maintenance and reactive maintenance to college buildings in the following lots:
Lot 1 – mechanical and electrical plant
Lot 2 – fire and security
Lot 3 – building fabric, structure and finishes
Lot 4 – statutory tests and inspections
Lot 5 – lifts and lifting equipment
II.1.6)Common procurement vocabulary (CPV)
50700000, 50710000, 50720000, 50730000, 50750000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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 contracts will be for an initial 3 year period with the option to extend for two additional 12 month periods subject to satisfactory performance levels.
Estimated value excluding VAT:
Range: between 100 000 and 10 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Mechanical and Electrical Maintenance Services
1)Short description
The provision of planned preventative and reactive maintenance and repairs for mechanical and electrical; heating ventilation and air conditioning; building management systems and controls; local extract ventilation; water systems; ductwork cleaning; catering equipment; automatic doors and shutters and other miscellaneous systems.
2)Common procurement vocabulary (CPV)
50700000, 50710000, 50720000, 50730000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 000 000 and 7 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Fire and Security Systems Maintenance Services
1)Short description
The provision of planned preventative and reactive maintenance services for fire detection and alarm equipment; fire fighting equipment; intruder detection and alarm systems; access control and CCTV systems.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Estimated value excluding VAT:
Range: between 250 000 and 2 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Building Fabric, Structure and Finishes Maintenance Services
1)Short description
The provision of planned preventative and reactive maintenance and repairs to internal and external building envelopes; structure; internal and external finishes; above and below ground drainage; rainwater systems; joinery and carpentry and decorations.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Estimated value excluding VAT:
Range: between 500 000 and 5 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Lot No: 4 Lot title: Statutory Testing and Inspection Services
1)Short description
The provision of statutory testing, inspections and risk assessments associated with legionella; fixed electrical systems; portable electrical equipment; asbestos management; gas safety and air conditioning systems.
2)Common procurement vocabulary (CPV)
50710000, 50730000, 50000000, 79311000, 50532000, 51000000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 25 000 and 250 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Lot No: 5 Lot title: Lift and Lifting Equipment Maintenance Services
1)Short description
The provision of planned preventative and reactive maintenance services and entrapment services for lifts and lifting equipment.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Estimated value excluding VAT:
Range: between 100 000 and 1 000 000 EUR
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to pre-qualification document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Refer to pre-qualification document.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: Refer to pre-qualification document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Refer to pre-qualification document.
Minimum level(s) of standards possibly required: Refer to pre-qualification document.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Refer to pre-qualification document.
Minimum level(s) of standards possibly required:
Refer to pre-qualification document.
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: no
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 minimum number 6: and maximum number 10
Objective criteria for choosing the limited number of candidates: Refer to pre-qualification document
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:
3029 – Birmingham Metropolitan College FM Procurement
IV.3.2)Previous publication(s) concerning the same contract
no
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
6.12.2013 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
13.1.2014
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: no
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
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 college will incorporate a minimum 10 day stand still period when information on the award of the contract is communicated to tenderers prior to entering into contract. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulation 2006 (SI 2006 No5) provides information relating to appeals recourse etc.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:25.11.2013