Ausschreibungen u. Aufträge: Reparatur und Wartung von Einrichtungen in Gebäuden - UK-London
Reparatur und Wartung von Einrichtungen in Gebäuden.
Unterstützende Leistungen im Tief- und Hochbau.
Dokument Nr...................: 147343-2004
Veröffentlicht................: 02.09.2004
*
VERGABEBEKANNTMACHUNG
Dienstleistungsauftrag
I.1) Offizieller Name und Anschrift des öffentlichen Auftraggebers:
Foreign and Commonwealth Office, Operon for FCO Services : Home Estate,
Room WH.MZ.42, Att: John Clark, King Charles Street, UK-London SW1A 2AH.
Tel.: +44 (0) 207 008 2587. Fax: +44 (0) 207 008 2803. E-mail:
John.Clark@fco.gov.uk. URL: www.fco.gov.uk.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV):
50700000, 74231110.
Beschreibung: Reparatur und Wartung von Einrichtungen in Gebäuden.
Unterstützende Leistungen im Tief- und Hochbau.
IV.3.3) Schlusstermin für den Eingang der Angebote oder
Teilnahmeanträge: 5.10.2004.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Englisch.
OT: CONTRACT NOTICE
Services
This contract is covered by the Government Procurement Agreement (GPA):
Yes.
SECTION I: CONTRACTING AUTHORITY
I.1) Official name and address of the contracting authority: Foreign and
Commonwealth Office, Operon for FCO Services : Home Estate, Room
WH.MZ.42, Att: John Clark, King Charles Street, UK-London SW1A 2AH. Tel.:
+44 (0) 207 008 2587. Fax: +44 (0) 207 008 2803. E-mail:
John.Clark@fco.gov.uk. URL: www.fco.gov.uk.
I.2) Address from which further information can be obtained: As in I.1.
I.3) Address from which documentation may be obtained: As in I.1.
I.4) Address to which tenders/requests to participate must be sent: As
in I.1.
I.5) Type of contracting authority: Central level.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.3) Type of service contractService category: 1.
II.1.4) Framework agreement: No.
II.1.5) Title attributed to the contract by the contracting authority:
UK-London: maintenance of building and civil engineering services systems.
II.1.6) Description/object of the contract: Planned Preventative
Maintenance and Reactive Maintenance of Building and Civil Engineering
Services Systems. There may also be the opportunity to be involved with
Capital Works Projects.
Estimated value of services 450 000 GBP per annum (London) and 130 000
GBP per annum (Milton Keynes).Repair and maintenance services of building
installations.
Civil engineering support services.
II.1.7) Site or location of works, place of delivery or performance:
Whitehall, London and Hanslope Park, Milton Keynes.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV): 50700000, 74231110.
II.1.9) Division into lots: No.
II.1.10) Will variants be accepted: No.
II.3) Duration of the contract or time limit for completion: Starting:
1.5.2005 - Ending: 30.4.2008.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required: No deposits are required, but
guarantees may be required at a later stage.
III.1.3) Legal form to be taken by the grouping of suppliers,
contractors or service providers to whom the contract is awarded: No
special legal form is required but in the event of a group of contractors
submitting an acceptable offer it will be necessary to provide an
undertaking that each company will be jointly and severally responsible
for the due performance of the contract.
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the
contractor, supplier or service provider and information and formalities
necessary for the evaluation of the minimum economic, financial and
technical capacity required: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, whose affairs are being
administered by the court, who has entered into an arrangement with
creditors or who is in any analogous situation arising from a similar
procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an
order for compulsory winding-up or administration by the court or for an
arrangement with creditors or is the subject of any other similar
proceedings under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct
by a judgement which has the force of res judicata;
(d) has been guilty of grave professional misconduct proven by any means
which the contracting authorities can justify;
(e) has not fulfilled obligations relating to the payment of social
security contributions in accordance with the legal provisions of the
country in which he is established or those of the country of the
contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in
accordance with the legal provisions of the country in which he is
established or those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information
required under the provisions of the Directive on the criteria for
qualitative selection.
See VI.4 Additional Information.
III.2.1.1) Legal position - means of proof required: See VI.4 Additional
Information.
III.2.1.2) Economic and financial capacity - means of proof required:
See VI.4 Additional Information.
III.2.1.3) Technical capacity - means of proof required: See VI.4
Additional Information.
III.3) Conditions specific to services contracts
III.3.1) Provision of the service is reserved to a specific profession:
No.
III.3.2) Legal entities required to state the names and professional
qualifications of the personnel responsible for execution of the
contract: Yes.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Restricted.
IV.1.4) Envisaged number of suppliers which will be invited to tender:
Number: 6.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated below:
1: price
2: quality
3: delivery of service
4: response time
5: technical merit
In descending order of priority: No.
IV.3) Administrative information
IV.3.1) Reference number attributed to the file by the contracting
authority: See II.1.5.
IV.3.3) Time-limit for receipt of tenders or requests to participate:
5.10.2004.
IV.3.4) Dispatch of invitations to tender to selected candidates:
Estimated date: 11.11.2004.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
SECTION VI: OTHER INFORMATION
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.4) Additional information: Interested parties wishing to express an
interest must request a pre-qualification questionnaire (PQQ) from the
contact given in I.1 above. Completed PQQs must be returned to John Clark
at the address in I.1 before 05/10/04. The questionnaire will include a
requirement as a minimum to provide details in the following areas:
1. A statement as to whether they have ever been: subject to proceedings
relating to backruptcy, being wound up, having their affairs administered
by a court, entered into an arrangement with creditors, suspension of
business activities, serious professional misconduct or any similar
situation arising under their national law.
2. A statement as to whether they have failed to fulfil any obligation
regarding payment of social security contributions or taxes in accordance
with statutory provisions in the country in which they are established.
3. Proof of enrolment on a recognised professional or trade register of
approved companies in the country in which the contractor is established.
4. A Statement showing how health and safety issues are implemented,
including duties required by the "Construction, Design and Management
Regulations" (CDM) or equivalent.
5. The technical and supervisory resources available for carrying out the
services. Particular attention is drawn to the need for same day
effective response and short response times for operational or health and
safety issues.
6. Details of locations of offices, resources and contract managers that
would deliver the works and services.
7. Systems for ensuring quality control together with relevant
certificates.
8. A statement showing how environmental issues are implemented and any
experience in respect to operating within ISO14001.
9. Last 3 years" audited accounts and those of any ultimate parent
company.
10. Last three years" turnover and the proportion of the turnover
relating to the provision of services in II.1.6.
11. A list of principal similar services provided in the past three years
with sums, dates amd public/private recipients.
12. Details of three references from customers for whom similar services
are being provided.
13. A statement of the service provider"s average annual manpower and the
number of managerial staff for the past three years.
14. The proportion of the contract the service provider would subcontract.
Note:
(a) Tenders will be priced in sterling and payments will be made in
sterling.
(b) The final contract(s) will be subject to English law and the
exclusive jurisdiction of English courts.
(c) The awarding authority reserves the right to abandon the tendering
process and not to award any contract.
(d) The awarding authority reserves the right to split the contract
between London and Hanslope Park (near Milton Keynes) should it offer
better value for money and greater benefits to the authority.
(e) The awarding authority reserves the right to make whatever changes it
sees fit to the procurement process.
(f) This contract will initially be for 3 years but with a possible
option to extend thereafter annually for a further 2 years, e.g. maximum
of 5 years in total.
GO reference: GO 04083102/01.
VI.5) Date of dispatch of this notice: 31.8.2004.
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de