Term Contract for Repairs, Decorations, Gas and Electrical Safety Testing
The contract will be ACA TPC 2005 for external repairs, gutter replacements and decorations, gas and electrical safety checks and repairs, servicing and maintenance to West Kent Housing Association rented and shared ownership housing stock located in Kent and South East.
United Kingdom-Kent: Repainting work
2013/S 222-386740
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
West Kent Housing Association
101 London Road, Sevenoaks
Contact point(s): Property Services
For the attention of: Sarah-Jane Field
TN13 1AX Kent
UNITED KINGDOM
Telephone: +44 1732749285
E-mail: partnering@wkha.org.uk
Internet address(es):
General address of the contracting authority: www.westkent.org.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0676
Further information can be obtained from: calfordseaden LLP
1A Knoll Rise, Orpington
For the attention of: Richard Bellord
BR6 0JX Kent
UNITED KINGDOM
Telephone: +44 1689888222
E-mail: rbellord@calfordseaden.co.uk
Fax: +44 1689888299
Internet address: www.calfordseaden.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: calfordseaden LLP
1A Knoll Rise, Orpington
For the attention of: Richard Bellord
BR6 0JX Kent
UNITED KINGDOM
Telephone: +44 1689888222
E-mail: rbellord@calfordseaden.co.uk
Fax: +44 1689888299
Internet address: www.calfordseaden.co.uk
Tenders or requests to participate must be sent to: calfordseaden LLP
1A Knoll Rise, Orpington
For the attention of: Richard Bellord
BR6 0JX Kent
UNITED KINGDOM
Telephone: +44 1689888222
E-mail: rbellord@calfordseaden.co.uk
Fax: +44 1689888299
Internet address: www.calfordseaden.co.uk
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: Various locations in Kent and South East England.
NUTS code UKJ4
45442180, 50700000, 50711000, 50531200
Section III: Legal, economic, financial and technical information
(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) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) 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.
(7) 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.
(8) 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.
(9) 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.
Conditions as contained in the prequalification questionnaire and Invitation to Tender (ITT) documents.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) 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.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Conditions as contained in the prequalification questionnaire and Invitation to Tender (ITT) documents.
(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 from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) 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.
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(8) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(10) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(11) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(12) 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.
Conditions as contained in the prequalification questionnaire and Invitation to Tender (ITT) documents.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Minimum standards and qualification together with quality assessment based on PQQ responses.
Section VI: Complementary information
The Royal Courts of Justice
The Strand
London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:14.11.2013