Tender for Special Services Servicing and Reactive Maintenance 2014-2017
The works to the high rise residential properties comprise the repair and maintenance of services installations within medium and high rise multi-storey residential properties and includes water supplies, dry risers, lightening conductors, communal laundries, landlord’s electrical supplies and distribution.
United Kingdom-Glasgow: Repair and maintenance services of building installations
2013/S 176-303911
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
New Gorbals Housing Association Ltd
187 Crown Street
For the attention of: Michael Houghton
G5 9XT Glasgow
UNITED KINGDOM
Telephone: +44 1414293900
Fax: +44 1414293782
Internet address(es):
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13703
Further information can be obtained from: Ewing Somerville Partnership Ltd.
40 Speirs Wharf
For the attention of: Geraldine McCann
G4 9TH Glasgow
UNITED KINGDOM
Telephone: +44 1413533531
Fax: +44 1413531155
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Ewing Somerville Partnership Ltd.
40 Speirs Wharf
For the attention of: Geraldine McCann
G4 9TH Glasgow
UNITED KINGDOM
Telephone: +44 1413533531
Fax: +44 1413531155
Tenders or requests to participate must be sent to: Ewing Somerville Partnership Ltd.
40 Speirs Wharf
For the attention of: Geraldine McCann
G4 9TH Glasgow
UNITED KINGDOM
Telephone: +44 1413533531
Fax: +44 1413531155
Section II: Object of the contract
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Hutchesontown, Laurieston and Gorbals, Glasgow.
NUTS code UKM34
The works to the low rise residential properties and care home units comprise the repair and maintenance of services installations within the communal areas of the properties and to the external fabric of the buildings and include water supplies, lightening conductors, communal laundries, landlords electrical supplies and distribution, ventilation systems, fire alarms, and emergency lighting systems.
The properties are a mixture of social rented and private properties for which New Gorbals Housing Association provide factoring services.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=276767.
The awarding authority has indicated that it will accept electronic responses to this notice via a ‘Tender Submission Postbox’ facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=276767.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
50700000
Description of these options: The three year contract will be subject to satisfactory review every four months. Client specified KPIs will be monitored during the duration of the contract any extension awarded to the contract will be subject to the KPIs achieving the required benchmark score and a suitable adjustment to the contract price being negotiated between the parties.
Section III: Legal, economic, financial and technical information
Description of particular conditions: Contractors wishing to apply for this contract must be able to provide evidence of experience in successfully working as a main contractor on at least three other Special Services Servicing and Reactive maintenance contracts in the least three years of a similar nature to the one described within the notice and this Pre Qualification Questionnaire. The Contracts put forward as evidence for this must have been ongoing for at least 12 months and the Association should be able to obtain references from the respective Employers attesting to this.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(6) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Other conditions for participation are stated in the Pre-Qualification Questionnaire.
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(4) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(5) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(6) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
All candidates will be required to provide a list of at least three organisations for which they have carried out work of a similar nature to that described within this notice and the Pre-Qualification Documentation.
Reference to the relevant law, regulation or administrative provision: The operatives employed to carry out each specialist maintenance works category will require to be adequately trained and qualified to the standards required within their respective profession’s governing bodies and hold membership where appropriate.
Section IV: Procedure
Section VI: Complementary information
(SC Ref:276767)