Harborough District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | HDC 111 - Lift works - The Symington Building |
Notice type: | Contract Notice |
Authority: | Harborough District Council |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | Works to replace the main passenger lift in The Symington Building. The Council anticipates that the appointed contractor will take full responsibility for coordination, management and delivery. |
Published: | 08/10/2015 14:29 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Harborough District Council
Harborough District Council Council Offices, The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
Tel. +44 1858828282, Email: Commissioning2@harborough.gov.uk, URL: http://www.harborough.gov.uk, URL: http://harborough/index.htm TBC
Contact: Jonathan Ward-Langman, Attn: Jonathan Ward-Langman
Electronic Access URL: https://www.delta-esourcing.com
Electronic Submission URL: https://www.delta-esourcing.com
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:
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: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: HDC 111 - Lift works - The Symington Building
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
Design and Execution
Region Codes: UKF2 - Leicestershire, Rutland and Northamptonshire
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:
Lift installation work. Works to replace the main passenger lift in The Symington Building. The Council anticipates that the appointed contractor will take full responsibility for coordination, management and delivery.
II.1.6)Common Procurement Vocabulary:
45313100 - Lift installation work.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
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:
Works to replace the main passenger lift in The Symington Building. The Council anticipates that the appointed contractor will take full responsibility for coordination, management and delivery.
Estimated value excluding VAT: 110,000
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
Starting: 04/07/2016
Completion: 10/09/2016
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:
Refer to the tender documents. The Council requires that the preferred provider is registered with Constructionline.The Council requires that the preferred provider has completed PAS 91 Pre-qualification questionnaire.The Council requires that the preferred provider has qualified for a SSIP approved Health and Safety Accreditation Scheme.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Refer to the tender documents.
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:
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.
The Council requires that the preferred provider is registered with Constructionline.The Council requires that the preferred provider has completed PAS 91 Pre-qualification questionnaire.The Council requires that the preferred provider has qualified for a SSIP approved Health and Safety Accreditation Scheme and/or is a member of CHAS (Contractors Health and Safety Assessment scheme).
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Current registration on ConstructionLine will be evidence of the above requirements.
Minimum Level(s) of standards possibly required:
Refer to the tender documents.
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
Information and formalities necessary for evaluating if requirements are met:
Refer to the tender documents.Confirmation that the Council may approach contracting authorities to seek confirmation of the satisfactory delivery of services listed at III.2.3) (a)
Minimum Level(s) of standards possibly required:
Refer to the tender documents.
III.2.4)Information about reserved contracts: 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
The criteria stated below
Criteria - Weighting
Price - 60
Technical capacity - 40
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: HDC 111
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 08/11/2015
Time-limit for receipt of requests for documents or for accessing documents: 23:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 09/11/2015
Time: 09:00
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
Duration in days: 180
IV.3.8)Conditions for opening tenders
Date: 09/11/2015
Time: 09:00
Place:
N/A
Persons authorised to be present at the opening of tenders: Yes
Authorised Harborough District Council offficers
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.
Requests for clarification will be accepted via the Delta eSourcing portal up until 9.00.am. on November 2nd 2015; responses will be made available to all providers via the Delta portal.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Market-Harborough:-Lift-installation-work./7W77C592GX
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7W77C592GX
GO-2015108-PRO-7168078 TKR-2015108-PRO-7168077
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Harborough District Council
The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
Tel. +44 7880512540, Email: Commissioning2@harborough.gov.uk
VI.4.2)Lodging of appeals: The Council will incorporate a minimum 10 working day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
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: 08/10/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Market Harborough: Lift installation work.
I.1)Name, Addresses and Contact Point(s):
Harborough District Council
Harborough District Council Council Offices, The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
Tel. +44 1858828282, Email: Commissioning2@harborough.gov.uk, URL: http://www.harborough.gov.uk, URL: http://harborough/index.htm TBC
Contact: Jonathan Ward-Langman, Attn: Jonathan Ward-Langman
Electronic Access URL: https://www.delta-esourcing.com
Electronic Submission URL: https://www.delta-esourcing.com
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Not Provided
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: HDC 111 - Lift works - The Symington Building
II.1.2)Type of contract and location of works:
WORKS
Design and Execution
Region Codes: UKF2 - Leicestershire, Rutland and Northamptonshire
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):
Lift installation work. Works to replace the main passenger lift in The Symington Building. The Council anticipates that the appointed contractor will take full responsibility for coordination, management and delivery.
II.1.5)Common procurement vocabulary:
45313100 - Lift installation work.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 70,145
Currency: GBP
Excluding VAT: Yes
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 - 60
Technical capacity - 40
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: HDC 111
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: HDC 111
V.1)Date Of Contract Award: 17/03/2016
V.2) Information About Offers
Number Of Offers Received: 7
Number Of Offers Received By Electronic Means: 7
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Axis Elevators Ltd
Postal address: Unit G1, Blackfriars Foundry Annexe, 65 Glasshill Street
Town: London
Postal code: SE1 0QR
Country: United Kingdom
Email: graham.plumb@axiselevators.co.uk
Internet address: www.axiselevators.co.uk
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 70,145
Currency: GBP
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.
Requests for clarification will be accepted via the Delta eSourcing portal up until 9.00.am. on November 2nd 2015; responses will be made available to all providers via the Delta portal.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=195682909
GO-2016318-PRO-7941651 TKR-2016318-PRO-7941650
VI.3.1)Body responsible for appeal procedures:
Harborough District Council
The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
Tel. +44 7880512540, Email: Commissioning2@harborough.gov.uk
VI.3.2)Lodging of appeals: The Council will incorporate a minimum 10 working day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
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: 18/03/2016