Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Derbyshire County Council
County Hall, Smedley Street
Contact point(s): Corporate Procurement
For the attention of: Matthew Daniels
DE4 3AG Matlock
United Kingdom
Telephone: +44 1629536894
E-mail:
Internet address(es):
General address of the contracting authority: www.derbyshire.gov.uk
Address of the buyer profile: www.sourcederbyshire.co.uk
Electronic access to information: www.eastmidstenders.org
Electronic submission of tenders and requests to participate: www.eastmidstenders.org
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 authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
CTP803 Servicing and Testing of Gas Pipeline and Equipment.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
NUTS code UKF1
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)
Element one of the works comprises the servicing of gas and oil fired heating equipment, appliances and pressure units.
Element two of the work comprises the annual testing of all gas installations. The service works refers to the following types of installations; School Premises, School Kitchens only and all other corporate buildings. Orders will be issued separately for each establishment and/or kitchen.
The contract is split into two defined geographical lot areas North and South Derbyshire as detailed within the tender documentation.
The award of contract shall be based upon the tendered prices and assessment by the Council as to the capability of the supplier to service the contract to satisfactory standards.
II.1.6)Common procurement vocabulary (CPV)50710000, 50712000, 50720000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Element one of the works comprises the servicing of gas and oil fired heating equipment, appliances and pressure units.
Element two of the work comprises the annual testing of all gas installations. The service works refers to the following types of installations; School Premises, School Kitchens only and all other corporate buildings. Orders will be issued separately for each establishment and/or kitchen.
The contract is split into two defined geographical lot areas North and South Derbyshire as detailed within the tender documentation.
The award of contract shall be based upon the tendered prices and assessment by the Council as to the capability of the supplier to service the contract to satisfactory standards.
Estimated value excluding VAT: 600 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The contract period is 1.4.2017 to 31.3.2019 with an option to extend for up to two further periods of one year each subject to annual performance review.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Business Area North of Derbyshire County1)Short description
The lot area is detailed within the map included with the tender documents.
2)Common procurement vocabulary (CPV)50710000, 50712000, 50720000
3)Quantity or scope
Element one of the works comprises the servicing of gas and oil fired heating equipment, appliances and pressure units.
Element two of the work comprises the annual testing of all gas installations. The service works refers to the following types of installations; School Premises, School Kitchens only and all other corporate buildings. Orders will be issued separately for each establishment and/or kitchen.
Estimated value excluding VAT: 228 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 24 (from the award of the contract)
5)Additional information about lots
Element one of the works comprises the servicing of gas and oil fired heating equipment, appliances and pressure units.
Element two of the work comprises the annual testing of all gas installations. The service works refers to the following types of installations; School Premises, School Kitchens only and all other corporate buildings. Orders will be issued separately for each establishment and/or kitchen.
Lot No: 2 Lot title: Business Area South of Derbyshire County1)Short description
The lot area is detailed within the map included with the tender documents.
2)Common procurement vocabulary (CPV)50710000, 50712000, 50720000
3)Quantity or scope
Element one of the works comprises the servicing of gas and oil fired heating equipment, appliances and pressure units.
Element two of the work comprises the annual testing of all gas installations. The service works refers to the following types of installations; School Premises, School Kitchens only and all other corporate buildings. Orders will be issued separately for each establishment and/or kitchen.
Estimated value excluding VAT: 372 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 24 (from the award of the contract)
5)Additional information about lots
N/A.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed within tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed within tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed within tender documentation.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed within tender documentation in relation to the Social Valve Act.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed within tender documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed within tender documentation.
Minimum level(s) of standards possibly required: As detailed within tender documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed within tender documentation.
Minimum level(s) of standards possibly required:
As detailed within tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
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 dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CTP803
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 24.11.2016 - 11:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate24.11.2016 - 11:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 24.11.2016 - 11:00
Place:
County Hall, Matlock
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Procurement Officers.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 01102020.
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresDerbyshire County Council
County Hall Smedley Street
DE4 3AG Matlock
United Kingdom
E-mail:
Telephone: +44 1629536870
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Derbyshire County Council will incorporate a minimum 10 calendar days (or 15 if non-electronic or fax methods used) standstill period at the point
information on the award of the contract is
communicated to the relevant economic operators.
Debriefing by the Council shall be in accordance with
the Public Contracts Regulation 2015 (as amended)
(the Regulations). Such information should be
requested from the addressee in Section 1.1. If an
appeal regarding the award of the contract has not
been successfully resolved the Regulations provide
for the aggrieved parties who are of the opinion that
they have been harmed or are at risk of harm by a
breach of the Regulations, to take action in the High
Court (England, Wales and Northern Ireland). Any
such action must be brought as soon as possible.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:20.10.2016