Bristol City Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Planned Programmed Maintenance (PPM) and Reactive Maintenance (RM) for Fire Alarm Systems |
Notice type: | Contract Notice |
Authority: | Bristol City Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Bristol City Council, Housing Delivery Team is looking to enter into a contract for a 5 year period with a Fire Protection Firm to carry out Programmed Planned Maintenance (PPM) and Reactive Maintenance (RM) for communal areas within approximately 206 tenanted properties. Services will comprise of onsite quarterly servicing, call out maintenance, repair, 24hour breakdown attendance, weekly testing, element of training for equipment, and small value replacement works for systems beyond repair. |
Published: | 20/01/2015 17:53 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Bristol City Council
City Hall, College Green, Bristol, BS1 5TR, United Kingdom
Tel. +44 1173525565, Email: jane.iles@bristol.gov.uk, URL: www.bristol.gov.uk, URL: https://www.proactisplaza.com/supplierportal/
Contact: Partnerships, Procurement and Commissioning, Attn: Jane Iles
Electronic Access URL: https://www.proactisplaza.com/supplierportal/
Electronic Submission URL: https://www.proactisplaza.com/supplierportal/
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Housing and community amenities
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Planned Programmed Maintenance (PPM) and Reactive Maintenance (RM) for Fire Alarm Systems
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1
Region Codes: UKK11 - Bristol, City of
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Repair and maintenance services of firefighting equipment. Fire-alarm system installation work. Fire-prevention installation works. Firefighting equipment installation work. Installation services of fire protection equipment. Bristol City Council, Housing Delivery Team is looking to enter into a contract for a 5 year period with a Fire Protection Firm to carry out Programmed Planned Maintenance (PPM) and Reactive Maintenance (RM) for communal areas within approximately 206 tenanted properties. Services will comprise of onsite quarterly servicing, call out maintenance, repair, 24hour breakdown attendance, weekly testing, element of training for equipment, and small value replacement works for systems beyond repair.
II.1.6)Common Procurement Vocabulary:
50413200 - Repair and maintenance services of firefighting equipment.
45312100 - Fire-alarm system installation work.
45343000 - Fire-prevention installation works.
45343200 - Firefighting equipment installation work.
51700000 - Installation services of fire protection equipment.
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:
Bristol City Council, Housing Delivery Team is looking to enter into a contract for a 5 year period with a Fire Protection Firm to carry out Programmed Planned Maintenance (PPM) and Reactive Maintenance (RM) for communal areas within approximately 206 tenanted properties. Services will comprise of onsite quarterly servicing, call out maintenance, repair, 24hour breakdown attendance, weekly testing, element of training for equipment, and small value replacement works for systems beyond repair.
Estimated value excluding VAT:
Range between: 400,000 and 475,000
Currency: GBP
II.2.2)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: 60 (from the award of the contract)
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:
Information will be provided in the Tender, Online Questionnaire and supporting documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Bristol City Council standard form of condition for payment.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The authority reserves the right to require grouping contractors to take a particular form or to require a single contractor to take a primary liability or to require that each contractor undertakes joint or several liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As specified in the Invitation To Tender documents.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority. In accordance with the Invitation To Tender and Award document. Also; (1) The Council reserves the right to exclude a Bidder if: (a) the Bidder has not confirmed that Blacklists are not used by or on behalf of the Bidder; and/or (b) the Council is not satisfied that the Bidder has demonstrated that adequate measures are in place to ensure that Blacklists are not used by or on behalf of the Bidder. (2) The Council reserves the right to exclude a Bidder if the Council is not satisfied that adequate self-cleaning has been carried out following: (a) an adverse finding by a court or tribunal or other public body exercising similar functions regarding the use of a Blacklist by or on behalf of a Bidder; (b) an admission by the Bidder of the use of a Blacklist by or on behalf of the Bidder. Please refer to the on-line Pre-Qualification Questionnaire and supporting documents for more details (including a definition of “Blacklist”) and guidance regarding self-cleaning.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
In accordance with the Public Contracts regulations 2006 (as amended) and set out in the Online Questionnaire, Invitation To Tender and Award Document.
Minimum Level(s) of standards possibly required:
In accordance with the Public Contracts regulations 2006 (as amended) and set out in the, Invitation To Tender and Award Document.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
In accordance with the Public Contracts regulations 2006 (as amended) and set out in the Online Questionnaire, Invitation To Tender and Award Document.
Minimum Level(s) of standards possibly required:
In accordance with the Public Contracts regulations 2006 (as amended) and set out in the, Invitation To Tender and Award Document.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service 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: Open
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: Proactis Reference Number REQD1001288
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2014/S 236 - 415247 of 03/12/2014
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 16/03/2015
Time: 12:00
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 Not Provided
IV.3.8)Conditions for opening tenders
Date: 16/03/2015
Time: 12:01
Persons authorised to be present at the opening of tenders: No
Section VI: Complementary Information
VI.1)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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=126832259
GO-2015120-PRO-6303758 TKR-2015120-PRO-6303757
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Bristol District Registry of the High Court of Justice
.Greyfriars, Lewins Mead, Bristol, BS1 2NR, United Kingdom
Tel. +44 1179106700
VI.4.2)Lodging of appeals: In accordance with English law and the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 20/01/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Bristol: Repair and maintenance services of firefighting equipment.
I.1)Name, Addresses and Contact Point(s):
Bristol City Council
City Hall, College Green, Bristol, BS1 5TR, United Kingdom
Tel. +44 1173525565, Email: jane.iles@bristol.gov.uk, URL: www.bristol.gov.uk, URL: https://www.proactisplaza.com/supplierportal/
Contact: Partnerships, Procurement and Commissioning, Attn: Jane Iles
Electronic Access URL: https://www.proactisplaza.com/supplierportal/
Electronic Submission URL: https://www.proactisplaza.com/supplierportal/
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Housing and community amenities
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: Planned Programmed Maintenance (PPM) and Reactive Maintenance (RM) for Fire Alarm Systems
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 1
Region Codes: UKK11 - Bristol, City of
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Repair and maintenance services of firefighting equipment. Fire-alarm system installation work. Fire-prevention installation works. Firefighting equipment installation work. Installation services of fire protection equipment. Bristol City Council, Housing Delivery Team is looking to enter into a contract for a 5 year period with a Fire Protection Firm to carry out Programmed Planned Maintenance (PPM) and Reactive Maintenance (RM) for communal areas within approximately 206 tenanted properties. Services will comprise of onsite quarterly servicing, call out maintenance, repair, 24hour breakdown attendance, weekly testing, element of training for equipment, and small value replacement works for systems beyond repair.
II.1.5)Common procurement vocabulary:
50413200 - Repair and maintenance services of firefighting equipment.
45312100 - Fire-alarm system installation work.
45343000 - Fire-prevention installation works.
45343200 - Firefighting equipment installation work.
51700000 - Installation services of fire protection equipment.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 40
Quality - 60
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: Proactis Reference Number REQD1001288
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2014/S 236 - 415247 of 03/12/2014
Contract notice
Notice number in OJ: 2015/S 17 - 27281 of 24/01/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 28/07/2015
V.2) Information About Offers
Number Of Offers Received: 6
Number Of Offers Received By Electronic Means: 6
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Multi-Alarm Systems (GB) Ltd
Postal address: Unit 16b, Barton Hill Trading Estate, Barton Hill
Town: Bristol
Postal code: BS5 9TF
Country: United Kingdom
Email: helenexcell@multialarm.co.uk
Telephone: +44 1179555301
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Bristol City Council received six tenders from EU, SME’s through an electronic tendering system. Bristol City Council did not receive any tenderers from SME’s outside the EU.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=158606347
GO-201591-PRO-7008158 TKR-201591-PRO-7008157
VI.3.1)Body responsible for appeal procedures:
Bristol District Registry of the High Court of Justice
.Greyfriars, Lewins Mead, Bristol, BS1 2NR, United Kingdom
Tel. +44 1179106700
VI.3.2)Lodging of appeals: In accordance with English law and the Public Contracts Regulations 2006 (as amended).
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 01/09/2015