UK-Paisley: district-heating mains construction work

Sourced By: http://www.theconstructionindex.co.uk

UK-Paisley: district-heating mains construction work

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

For the attention of: Telephone: Renfrewshire Council Renfrewshire House, Cotton Street Stephen Paton PA1 1JB Paisley UNITED KINGDOM+44 14184235334 Internet address(es): General address of the contracting authority: www.renfrewshire.gov.uk Address of the buyer profile:www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400 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

Regional or local authority

I.3) Main activity

General public services

I.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority:

District heating maintenance – term contract.

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: Renfrewshire. NUTS codeUKM35 Inverclyde

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)

Renfrewshire Council has a requirement to appoint a maintenance contractor to act on its behalf to provide maintenance services to a large district heating system within the Calside Area of Paisley during the period 1.4.2012 to 31.3.2015. A total of 465 properties are serviced by the district heating system. Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site atwww.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=217659

II.1.6) Common procurement vocabulary (CPV)

45232140 District-heating mains construction work 09323000 District heating 42515000 District heating boiler 50720000 Repair and maintenance services of central heating

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) Lots

This contract is divided into lots: no

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:

Renfrewshire Council adopted a Corporate Landlord Model from April 2011 whereby responsibility for the management and maintenance of Council property and assets is transferred from the individual Service Departments to the centralised “Corporate Landlord Model” (CLM), in the case of the Council; housing & property services. A central requirement of the CLM is to ensure that Council properties, facilities and assets are properly maintained in a manner that complies with statutory legislation and that the appropriate records are retained. The Council has identified a requirement to appoint a contractor to assist the Council in ensuring that the Calside, Paisley district heating system is effectively maintained and serviced and it continues to operate in a safe and efficient fashion in cognisance of current best practice and the existing legislative requirements. The system incorporates four high-rise buildings each containing ninety properties and seven low-rise buildings, each containing fifteen flats. The total number of properties serviced by the district heating system is 465. Incorporated within the district heating system are five large gas fired boilers and associated equipment including controls and a Combined Heat and Power (CHP) unit. The CHP is to be included within the (PPM) as is the provision of a 24/7 on call service should any property have a heating failure. The contractor shall be required to liaise with Renfrewshire councils energy management unit to ensure that all of the equipment is operating at the most energy efficient condition. The operation of the heating system within the high-flats and low-rise properties is as follows: Hot water produced in the boiler house is circulated via a distribution network to each building. The hot water is circulated throughout each building. Each flat is then heated using a warm air fan convection heater. In addition to the Calside area district heating system, the contractor shall be required to provide both, planned preventative maintenance (PPM), servicing and reactive maintenance to the seven boiler houses located within the Paisley Central area (known as George Street). Each of the boiler houses contain two gas-fired boilers and associated equipment and an additional small plant room containing a small CHP system. The operation of the heating system within the George Street, Paisley properties is as follows: Hot water produced in boiler house is circulated via a single-pipe distribution network to each building. Each flat is then heated using a warm air fan convection heater. The planned preventative maintenance shall be carried out in accordance with a master maintenance, inspection & testing schedule. The reactive repairs shall, upon receipt of a fault report be attended to within 4 hours unless the fault is of an emergency in nature. All repairs should be completed on the first visit except where a specific part is required to be ordered. The contractor shall ascertain and maintain a stock of standard equipment / spares for use on any repair at any time. The Contractor shall ensure that, any of their engineers attending a fault shall carry a minimum amount of spares in order to minimise return visits. The procurement is for a discrete contract for a period of 36 months commencing in April 2012. Estimated value excluding VAT:Range: between 350 000 and 500 000 GBP

II.2.2) Information about options

Options: no

II.2.3) Information about renewals

This contract is subject to renewal: no

II.3) Duration of the contract or time limit for completion

Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent; (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; (10) Candidates must provide a statement confirming the tenderers full compliance with the specification and the Conditions of Contract; (11) Candidates must provide evidence of VAT registration and certification as to tax liability from HMRC or from the appropriate body relevant to the State in which the candidate is established.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank; (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; (5) Candidates will be subject to an Equifax high street credit check and must achieve a score of D or above; (7) Candidates must provide evidence of a minimum annual turnover of 600 000 GBP; (8) Candidates must provide evidence of employers liability insurance to a minimum limit of 10 000 000 GBP and 3rd party / products liability to a minimum indemnity limit of 5 000 000 GBP. If candidates do not currently hold this level of cover, they may provide a statement confirming that they will arrange additional cover subject to success with the tender process. It is a condition of contract that this minimum indemnity level be held for the duration of the Contract period.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements are met: (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) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or 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; (13) A statement confirming the candidates full compliance with the specification.

III.2.4) Information about reserved contracts

III.3) Conditions specific to services contracts

III.3.1) Information about a particular profession

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: yes

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Open

IV.1.2) Limitations on the number of operators who will be invited to tender or to participate

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 below 1. Price. Weighting 80 2. Quality. Weighting 20

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:

IV.3.2) Previous publication(s) concerning the same contract

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Time limit for receipt of requests for documents or for accessing documents: 14.2.2012

IV.3.4) Time limit for receipt of tenders or requests to participate

21.2.2012 – 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

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

Duration in months: 5 (from the date stated for receipt of tender)

IV.3.8) Conditions for opening tenders

Date: 21.2.2012 – 12:00 Place: Renfrewshire House, Paisley PA1 1JB, UNITED KINGDOM. Persons authorised to be present at the opening of tenders: yesAdditional information about authorised persons and opening procedure: Any person(s) as designated by the director of finance & corporate services.

Section VI: Complementary information

VI.1) Information about recurrence

VI.2) Information about European Union funds

VI.3) Additional information

All contractors are requested to register their interest in this tender through the Public Contracts Scotland web site. This tender will be issued electronically through the esourcing Scotland. e-tendeing facility and access to the tender document will be issued to all interested parties on or around Wednesday 18.1.2012. Please note – this is a Contract Notice seeking expressions of interest only. All those who register an interest will receive the tender documents on or around 18.1.2012. No tender documents are available through this portal and will not be published to interested parties before this date. Expressions of interest will be accepted up to and including Tuesday 14th February. Any expressions of interest received after this date will not be considered. In the event that an interested party fails to receive the tender Documentation within 48 hours of this, they should contact the Council on the following number +44 1418425334.(SC Ref:217659).

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: Where a decision is taken to award the contract, the Council requires to implement a mandatory standstill period of a minimium of 10 calender days between notification to tenderers of that decision and the date when the actual award of contract is legally concluded. The notification to an unsuccessful tenderers will include: — The contract award criteria, — Where appropriate, the score the tenderer obtained against those award criteria, — Where appropriate the score the winning tenderer obtained; and — The name of the winning tenderer. Tenderers must note the Council reserves the right to provide to every tenderer a list of all who tendered and where appropriate, the scores each tenderer obtained against the award criteria. At the end of the mandatory standstill period, provided that no legal challenges have been made, the council will issue a letter of acceptance to the winning tenderer and will confirm to all other tenderers that their bids have been unsuccessful.

VI.4.3) Service from which information about the lodging of appeals may be obtained

VI.5) Date of dispatch of this notice:

5.1.2012

Comments are closed.

Sites