Three Year Electrical Inspection, Testing and Repair Contracts
Three Year Electrical Inspection, Testing and Repair Contracts covering all Fire Station and Fire Authority buildings in West Yorkshire.
UK-Birkenshaw: Repair and maintenance services of electrical building installations
2013/S 014-019375
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
West Yorkshire Fire and Rescue Authority
Fire Service Headquarters, Oakroyd Hall, West Yorkshire
For the attention of: Property Management Unit
BD11 2DY Birkenshaw
UNITED KINGDOM
Telephone: +44 1274655728
Fax: +44 1274655726
Internet address(es):
General address of the contracting authority: www.westyorksfire.gov.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA8141
Further information can be obtained from: West Yorkshire Fire & Rescue Authority
Fire Service Headquarters, Oakroyd Hall
Contact point(s): Property Management Unit
BD11 2DY Birkenshaw, West Yorkshire
UNITED KINGDOM
Telephone: +44 1274655728
E-mail: tony.garnett@westyorksfire.gov.uk
Fax: +44 1274655726
Internet address: www.westyorksfire.gov.uk
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: West Yorkshire Fire & Rescue Authority
Fire Service Headquarters, Oakroyd Hall
Contact point(s): Property Management Unit
BD11 2DY Birkenshaw, West Yorkshire
UNITED KINGDOM
Telephone: +44 1274655728
Fax: +44 1274655726
Internet address: www.westyorksfire.gov.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 Fire Station and Other Fire Service Buildings, West Yorkshire.
NUTS code UK
Three contracts will be let covering the Local Authority areas of 1)Leeds and Bradford, 2)Kirklees, Calderdale and Wakefield and 3) Fire Service Headquarters, Birkenshaw, West Yorkshire.
Applications are invited from suitably qualified and experienced electrical contractors who wish to be considered for selection to tender for any of the contracts.
The contractors must be able to demonstrate their capability for providing competitive and reliable electical contractor services in West Yorkshire.
The contracts will involve periodic inspection and testing, general repairs and the provision of an emergency call out service with 24 hours per day, 365 days per year cover.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=97257
50711000
Estimated value excluding VAT:
Range: between 65 000 and 95 000 GBP
Description of these options: Possibility of extending the contracts for a further maximum period of 2 years.
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.
(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.
(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) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(6) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(7) 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.
Section IV: Procedure
Section VI: Complementary information
(MT Ref:97257)