Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 225-410535/EN)
Nature of contract: Public works contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Surrey County Council
County Hall, Penrhyn Road, Kingston upon Thames, Surrey
Kingston
Postal code: KT1 2DW
United Kingdom
Contact points(s): SCC Procurement
For the attention of: Andrew CLarke
Phone: +44 2085419000
Email: procurement.sourcing@surreycc.gov.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
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 authority:
Regional or local authority
I.3) Main activity: General public services,Public order and saftey,Environment,Economic and financial affairs,Health,Housing and community amenities,Social protection,Recreation culture and religion,Education
I.4) Contract award on behalf of other contracting authorities/entities:
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/entity:
SCC APC Passive Fire Protection Works.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Works
Design and execution
Main site or location of works, place of delivery or of performance: The County of Surrey.
Nuts code: UKJ2
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 specific contract:
The prime aim of this Contract is for the design and installation of passive fire protection works within premises managed by Surrey CC. Contractors appointed will work in collaboration with the Service Manager to ensure that:
— All premises meet the requirements of the Regulatory Reform (Fire Safety) Order 2005 in terms of passive fire protection.
— Where failures of passive fire protection systems are noted they are repaired in a diligent fashion with minimal disruption to the service user.
— Where works of a planned nature are carried out they are to be done so in line with the relevant Task Order.
Period of Term Contract — 3 Years
Possible Extension Period of Term Contract — 1 Year.
II.1.6) Common procurement vocabulary (CPV): 45343000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The 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:
II.2.2) Information about options:
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:
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Any such requirements will be included in the invitation to tender.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Any such requirements will be included in the invitation to tender.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Any such requirements will be included in the invitation to tender.
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:
Information and formalities necessary for evaluating if the requirements are met: Any such requirements will be included in the invitation to tender.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Any such requirements will be included in the invitation to tender.
Minimum level(s) of standards possibly required: Any such requirements will be included in the invitation to tender.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Any such requirements will be included in the invitation to tender.
Minimum level(s) of standards possibly required: Any such requirements will be included in the invitation to tender.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
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 dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
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/entity:
SCC – 011370
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
IV.3.4) Time limit for receipt of tenders or requests to participate:
16.12.2016 – 12:00
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 up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Section VI: Complementary information
VI.1) Information about recurrence:
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
This tender is to be completed electronically using the SE Shared Services Procurement eSourcing portal.
The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and Potential Bidders. The portal allows for tender clarifications and submitting your bid electronically.
In order to bid for this opportunity you will need to register your company on the SE Shared Services portal.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Surrey County Council
County Hall, Room 412, Penrhyn Road
Kingston upon Thames
Postal code: KT1 2DN
United Kingdom
VI.5) Date of dispatch of this notice:
18.11.2016