CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Caerphilly County Borough Council |
Penallta House, Tredomen Park, Ystrad Mynach |
Hengoed |
CF82 7PG |
UK |
Procurement Services
Chris Davidge |
+44 1443863063 |
davidc1@caerphilly.gov.uk |
+44 1443863167 |
www.caerphilly.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0272
https://www.proactisplaza.com
https://www.proactisplaza.com
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityMaintenance of Street Lighting & Illuminated Street Furniture |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract1 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Caerphilly County Borough
UKL16 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Caerphilly County Borough Council is responsible for, the routine maintenance of all street lights and illuminated street signs and bollards under their ownership. This contract will cover street lighting services and/ or works including the repair of faults, lamp changing, electrical testing and replacement of street lighting.
The contract includes both planned and reactive maintenance and the provision of an emergency response service. An authorized officer will place orders when necessary.
The services and/ or works will be at various locations throughout the County Borough of Caerphilly Area.
The contract will be let for an initial period of five years with the option to extend for an additional five years (year on year) and is intended to commence on 1st November 2015. The contract will be based on the Institution of Civil Service Managers’ NEC3 Term Service Contract (third edition June 2005) (incorporating NEC Amendments June 2006 and September 2011) with main option clause A (Priced Contract with Price List), and will include a Price Fluctuation Clause.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=28721.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50232100 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe schedule of rates has been line itemized to define historical service usage on an annual basis so that all tenderers are preparing their price and submission on the same information. |
|
10000000 GBP |
II.2.2)
|
OptionsThe contract will be let for an initial period of five years with the option to extend for an additional five years (year on year). |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals5 |
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion60 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
Secondary option clause X4 (Parent Company Guarantee) has been included. A certified copy of the Ultimate Parent Company Board Meeting minutes or letter signed by the Company Secretary and a Director (or two Directors) clearly and unambiguously confirming that they will enter into the Parent Company Guarantee when requested will be required.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Delivery Payment. This is payment for accepted supplies or services (including partial deliveries).
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
None specified. Save that in the case of a partnership or consortium or other group of more thatn one legal entity bidding together, the contract will be with either (1) all bidders on the basis of joint and several liability, or (2) with one or more of the parties acting as 'prime contractor' (and where more than one, on a joint and several liability basis).
Where the contract is with a special purpose company with separate legal personality established for the project, the
contracting authority will require sufficient guarantees to be given by participants in that company or their parents.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
It has been confirmed by the current provider of this service that there are TUPE (Transfer Of Undertakings Protection Of Employment Regulations 2006) implications attached to this contract.
Caerphilly County Borough Council for the purposes of this project has adopted Constructionline, the UK government certification service for construction-related Tenderers, consultants and material suppliers to reduce the administrative burden on suppliers wishing to apply for this opportunity.
If you are already registered with Constructionline, you will not need to complete our full selection stage questionnaire assessment – simply supply your Constructionline membership number and complete the marked questions that we will require you to complete.
Please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate and that you are registered for the following work category, Provision of Street Lighting – CPV 45316110, Installation of Road Lighting Equipment.
You must do this by 17 July 2015 to ensure any changes can be made to your information prior to the closing date of this notice. Please contact Seonaid Culliford on 07801136626 or seonaid.culliford@capita.co.uk for assistance.
Tenderers that are not registered with Constructionline are encouraged to do so as this will simplify the pre-qualification process. To register in relation to this contract please contact Andrew Turner on 07860 949906 or andrew.turner2@capita.co.uk you will need to start the registration process as soon as possible and ensure that you achieve a fully registered status by 31 July 2015
Suppliers not registered with Constructionline will not be precluded from expressing an interest in this contract notice but will need to demonstrate that they meet the selection stage question requirements, through the completion of the submitted response provided.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
The Tenderer will be required to fulfil the role of principal contractor for the purposes of the Construction (Design and Management) Regulations 2015 (CDM 2015).Confirmation of compliance with the 17th Edition Wiring Regulations, British Standard (BS7671) to which all commercial, domestic and industrial electrical installation services and/ or works must comply.
Demonstrate membership to the Highway Electrical Association.
Demonstrate that you are registered by the NICEIC and are assessed on a regular basis to ensure that you are competent and capable of meeting the relevant technical and safety standards, codes of practice and rules of the Schemes you are registered to.
Demonstrate compliance for the installation and maintenance of highway and exterior lighting for the public and private sectors, and the requirements of National Highway Sector Scheme 8 – The Overseeing and / or Installation and / or Maintenance of Highway Electrical Services and/ or works.
|
III.2.2)
|
Economic and financial capacity
|
III.2.3)
|
Technical capacity
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(2) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(4) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(5) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
From 1st January 2014, in order to be able to undertake construction related work for the Council, it will be a mandatory requirement for all suppliers to hold a Health & Safety Accreditation through an SSIP approved Scheme.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
CCBC/PS1345/15/CD
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
2014/S 117-207139 20-06-2014
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 03-08-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender 6
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
03-08-2015
12:00 Penallta House, Tredomen Park, Ystrad Mynach, Hengoed, CF82 7PG
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published 5 Years |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
As part of the process, the tender will be undertaken utilising Caerphilly CBC's Proactis Plaza e-tendering system. Access to the project and to the documentation attached to this notice via the Proactis Plaza E-Tender System will be made available on the 25 June 2015. Therefore, bidders are invited to follow the following directions to register on the system:
1. Log in to the Proactis Plaza E-Sourcing Portal at https://www.proactisplaza.com
2. Click the ‘Register Now’ button at the bottom of the window
3. Enter your correct Organisation Name, Details and Primary Contact Details. The system will auto generatethe Organisation ID and User Name for you.
4. Please make a note of the Organisation ID and User Name, then click ‘Register’.
5. You will then receive an email from the system asking you to ‘Click here to activate your account’. This takes you to Enter Organisation Details.
6. Please enter the information requested, click ‘Next’ and follow the instructions ensuring that you enter all applicable details.
7. In the Enter Product Classification screen please ensure that you select the Product Classification Codes(CPV Codes) that appear in the tender notice.
8. Accept the Terms and Conditions and then click ‘Next’. This takes you in to the Welcome window.
9. In the ‘Welcome’ window please enter your Organisation name, Organisation ID and User Name (User ID).You now need to create your unique password. Please ensure that you make a note of this along with the other information already recorded.
10. Now click ‘Done’ and you will enter the Supplier Home page.
Caerphilly County Borough Council for the purposes of this project has adopted Constructionline, the UK government certification service for construction-related Tenderers, consultants and material suppliers to reduce the administrative burden on suppliers wishing to apply for this opportunity.
If you are already registered with Constructionline, you will not need to complete our full selection stage question assessment – simply supply your Constructionline membership number and complete the marked questions that we will require you to complete.
Please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate and that you are registered for the following work category, Provision of Street Lighting – CPV 45316110, Installation of Road Lighting Equipment.
You must do this by 17 July 2015 to ensure any changes can be made to your information prior to the closing date of this notice. Please contact Seonaid Culliford on 07801136626 or seonaid.culliford@capita.co.uk for assistance.
Tenderers that are not registered with Constructionline are encouraged to do so as this will simplify the pre-qualification process. To register in relation to this contract please contact Andrew Turner on 07860 949906 or andrew.turner2@capita.co.uk you will need to start the registration process as soon as possible and ensure that you achieve a fully registered status by 31 July 2015
Suppliers not registered with Constructionline will not be precluded from expressing an interest in this contract notice but will need to demonstrate that they meet the selection stage question requirements, through the completion of the submitted response provided.
(WA Ref:28721)
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Under the Form of Contract, the Council is advocating the use of Community Benefits as a non core requirement and as such the following clauses will apply under the NEC 3 Form of Contract, Option Z Clause number Z32. The Council has identified some Community Benefit outcomes, which it is seeking to achieve in respect of this contract, through working in partnership with the successful Supplier/Contractor to deliver positive outcomes, and consider these outcomes to be proportionate and relevant to the subject matter of the contract.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 22-06-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Caerphilly County Borough Council |
Penallta House, Tredomen Park, Ystrad Mynach |
Hengoed |
CF82 7PG |
UK |
Procurement Services
Chris Davidge |
+44 1443863063 |
davidc1@caerphilly.gov.uk |
+44 1443863167 |
www.caerphilly.gov.uk |
|