United Kingdom: United Kingdom: PPM of Gas Fired Boilers and Associated Plant, Including Provision of Call Out and Reactive Repairs
Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.
| Title | United Kingdom: United Kingdom: PPM of Gas Fired Boilers and Associated Plant, Including Provision of Call Out and Reactive Repairs |
| Scotland (Non OJEU) | WS/FEB471293 |
| Type | Invitation to tender |
| Date Published | 2023-02-15 |
| Deadline | 2023-03-20 00:00:00 |
| Nature Of Contract | Not specified |
| Awarding Authority | Inverclyde Council |
| Description : |
|
Contract notice Directive 2014/24/EU - Public Sector Directive Directive 2014/24/EU Section I: Contracting authority I.1) Name and addresses
Inverclyde Council
Procurement, Municipal Buildings, Clyde Square Greenock PA15 1LX UK Telephone: +44 1475712634 E-mail: procurement@inverclyde.gov.uk NUTS: UKM83 Internet address(es) Main address: http://www.inverclyde.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168 I.2) Joint procurement The contract is awarded by a central purchasing body I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/ Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: https://www.publictendersscotland.publiccontractsscotland.gov.uk/ I.4) Type of the contracting authority Regional or local authority I.5) Main activity General public services Section II: Object II.1) Scope of the procurement II.1.1) Title PPM of Gas Fired Boilers and Associated Plant, Including Provision of Call Out and Reactive Repairs Reference number: PRO 0860 II.1.2) Main CPV code 50531100 II.1.3) Type of contract Services II.1.4) Short description Supply of labour, plant and material for the Planned Preventative Maintenance (Annual Servicing) of Commercial and Domestic gas fired boiler plant and associated equipment, including, but not limited to:- Heat generation equipment (gas fired boilers, gas water heaters) Booster Sets Pressurisation Units Circulating Pumps Expansion Vessels Pipework distribution installations including valves and fittings (local to boiler plant) Allowance for ‘a service kit’ to be supplied and fitted for all annual services of boilers/water heaters. Provision of 24 hour call-out service, 365/366 days of the year for rectification of any problems to the boiler plant and associated equipment, including BMS (building management systems)/Automatic Controls as identified by the Employer. II.1.5) Estimated total value Value excluding VAT: 768 000.00 GBP II.1.6) Information about lots This contract is divided into lots: No II.2) Description II.2.3) Place of performance NUTS code: UKM83 Main site or place of performance: Inverclyde II.2.4) Description of the procurement Supply of labour, plant and material for the Planned Preventative Maintenance (Annual Servicing) of Commercial and Domestic gas fired boiler plant and associated equipment, including, but not limited to:- Heat generation equipment (gas fired boilers, gas water heaters) Booster Sets Pressurisation Units Circulating Pumps Expansion Vessels Pipework distribution installations including valves and fittings (local to boiler plant) Allowance for ‘a service kit’ to be supplied and fitted for all annual services of boilers/water heaters. Provision of 24 hour call-out service, 365/366 days of the year for rectification of any problems to the boiler plant and associated equipment, including BMS (building management systems)/Automatic Controls as identified by the Employer. The Contractor shall provide and take full responsibility for providing and maintaining the relevant documentation, reports and records as further detailed in the Specification. II.2.5) Award criteria Criteria below: Quality criterion: Organisational Structure / Weighting: 4.00 Quality criterion: Familiarity with Building Typologies / Weighting: 7.00 Quality criterion: Asset Database / Weighting: 5.00 Quality criterion: Delivery / Weighting: 10.00 Quality criterion: Resilience & Contingency / Weighting: 2.00 Quality criterion: Training and CPD / Weighting: 2.00 Quality criterion: Social Value Outcome Menu / Weighting: 3.00 Quality criterion: Social Value Supporting Methodology / Weighting: 2.00 Quality criterion: Fair Work First / Weighting: 5.00 Price / Weighting: 60 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: Yes Description of renewals: There will be an option to extend for a further 12 months. II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No II.2.14) Additional information Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions: Bidders will be required to hold the following accreditations/qualifications to be considered for this contract: Organisation and individuals must be registered on the Gas Safe Register for Domestic and Commercial. III.1.2) Economic and financial standing List and brief description of selection criteria: 4B.1.2 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following: (a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check). OR (b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check). PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW: APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT’S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK. You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted. If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question. If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder. 4B.5.1a/4B.5.1b/4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance =5M GBP Public Liability Insurance =10M GBP Professional Indemnity Insurance =1M GBP and held for 6 years following completion of the contract III.1.3) Technical and professional ability List and brief description of selection criteria: 4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 QUALITY MANAGEMENT PROCEDURES The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. 4D.1 HEALTH & SAFETY The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information") Minimum level(s) of standards required: 4C.1.2 Bidders will be required to provide two (2) examples of similar contracts within the last three (3) years that demonstrate that they have the relevant experience to deliver this contract. III.2) Conditions related to the contract III.2.3) Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract Section IV: Procedure IV.1) Description IV.1.1) Type of procedure Open procedure IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative information IV.2.2) Time limit for receipt of tenders or requests to participate Date: 20/03/2023 Local time: 12:00 IV.2.4) Languages in which tenders or requests to participate may be submitted EN IV.2.6) Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 18/07/2023 IV.2.7) Conditions for opening of tenders Date: 20/03/2023 Local time: 12:00 Place: Tenders will be opened remotely using the PCS-T Opening Committee feature. Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published: If there is still an ongoing requirement for this contract then this may be brought back out to tender in the future. VI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used VI.3) Additional information Bidders will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certificate, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23004. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Bidders will be asked to detail the Social Value Outcomes they will deliver if they are successful in this contract opportunity. It will be a requirement of the contract that the Social Value Outcomes offered are delivered. (SC Ref:720018) VI.4) Procedures for review VI.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House,1 Nelson Street, Greenock PA15 1TR UK VI.5) Date of dispatch of this notice 15/02/2023 |
| CPV Codes |
| 50531100 |
Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions. |
|