SECTION I: CONTRACTING AUTHORITY
I.1)NAME, ADDRESSES AND CONTACT POINT(S)Wolverhampton City Council
Corporate Services, Property Design & Commissioning, Civic Centre, st Peters Square
Contact: http://in-tendhost.co.uk/blackcountryportal
WV1 1RL Wolverhampton
UNITED KINGDOM
Tel. +44 1902555490
Further information can be obtained at: As in above-mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)
Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)
I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIESRegional or local authority
The contracting authority is purchasing on behalf of other contracting authorities Yes
SECTION II: OBJECT OF THE CONTRACT
II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authorityWOL - Fire Warning & Fire Safety Equipment & Maintenance.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category: No 12
Main place of performance Wolverhampton.
II.1.3)The notice involvesThe establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement: Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT
Range: between 250 000 and 300 000 GBP
II.1.5)Short description of the contract or purchase(s)To identify a tender list of between 5 - 8 contractors experienced in the delivery of a customer and quality-focused specialist service to assist Wolverhampton City Council with the Fire Warning & Fire Safety Servicing & Equipment.
Pqq documents can only be downloaded through the black country e-business portal.
Returned pqq documents must be submitted via the the black country e-business portal.
No hardcopy returns will be accepted.
No returns via email will be accepted.
All correspondence must be through the black country e-business portal.
II.1.6)Common procurement vocabulary (CPV)50711000, 35111320, 31625100, 31625200
II.1.7)Contract covered by the Government Procurement Agreement (GPA)No
II.1.8)Division into lotsNo
II.1.9)Variants will be acceptedNo
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scopeThis exercise is intended to identify a single contractor who can meet statutory and other requirements for carrying out all the activities necessary for the Fire warning and safety equipment servicing and maintenance. It will be a requirement that the successful contractor/s are BAFE /LCPB Registered for the appropriate services as follows:
- BAFE SP203-1 covering fire detection and alarm systems,
- BAFE SP203-4 covering emergency lighting,
- BAFE SP203-3 covering fixed gaseous fire suppression systems,
- BAFE SP101/ST104 covering contract maintenance of portable fire extinguishers and registered fire extinguisher service technicians scheme,
- LPBC LPS1048 Requirements for the approval of sprinkler system contactors.
The Council will be inviting successful contractors to tender for the Fire warning and safety equipment servicing and maintenance to include where necessary planned and responsive maintenance at an annual value of approximately 250 000 GBP.
Tenders will be assessed on both price and quality.
The type of properties included within the scope of this contract includes:
- civic buildings,
- nursery, primary and secondary schools,
- sports centres & pools,
- residential homes,
- day centres,
- markets,
- depots,
- arts & cultural,
- community centres & meeting rooms,
- libraries,
- housing offices,
- play buildings,
- investment portfolio (industrial and shop units),
- cemeteries, crematoria & mortuaries,
- high and low rise blocks of flats.
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION Starting 1.4.2012. Completion 31.3.2016
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees requiredDetails of the deposits and bonds required by the Council will be set out in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating themDetails of the main terms and conditions of financing and payment will be set out in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awardedJointly and severally liable.
III.1.4)Other particular conditions to which the performance of the contract is subjectNo
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 requirements are met: All bidders will be asked to confirm in a Pre-Qualification Questionnaire that none of the conditions set out in Article 45 of Directive 2004/18/EC apply to their organisation or expression of interest.
III.2.2)Economic and financial capacityInformation and formalities necessary for evaluating if requirements are met: Bidders will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of Directive 2004/18/EC.
Minimum level(s) of standards possibly required As set out in the PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if requirements are met:
Bidders will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of Directive 2004/18/EC.
Minimum level(s) of standards possibly required
As set out in the PQQ.
III.2.4)Reserved contractsNo
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular professionNo
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the serviceNo
SECTION IV: PROCEDURE
IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5 maximum number 8
Objective criteria for choosing the limited number of candidates: As set out in the PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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)An electronic auction will be usedNo
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authorityAMP110012
IV.3.2)Previous publication(s) concerning the same contractNo
IV.3.3)Conditions for obtaining specifications and additional documentsTime limit for receipt of requests for documents or for accessing documents 30.9.2011
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate3.10.2011
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates26.10.2011
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 tender
IV.3.8)Conditions for opening tenders
SECTION VI: COMPLEMENTARY INFORMATION
VI.1)THIS IS A RECURRENT PROCUREMENTNo
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDSNo
VI.3)ADDITIONAL INFORMATIONThe Council reserves the right to cancel the procurement and not to proceed with the contract.
The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only.
The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their PQQ or tender submissions.
The Council notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:2.9.2011