Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Mid Sussex District Council
Oaklands Road
Contact point(s): Lance Kester
RH16 1SS Haywards Heath
United Kingdom
Telephone: +44 014444477258
E-mail:
Internet address(es):
General address of the contracting authority: www.midsussex.gov.uk
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:
Mid Sussex District Council - Mechanical & Electrical Maintenance and Reactive Repairs.
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 UKJ24
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)
Mid Sussex District Council is seeking to establish a mechanical & electrical maintenance and reactive repairs contract commencing Monday 19.12.2016, commencing for an initial period of 3 years and 15 weeks, with an option to extend by 2 years in 1 year increments (subject to satisfactory performance).
The scope of work shall include the following activities for the services indicated in the
Tender Documents:
a) Inspection and testing.
b) Planned maintenance.
c) Remedial works arising from planned inspections or maintenance.
d) Responsive repairs, including out-of-hours callouts.
e) Minor installation, alteration or improvement works.
Systems, installations and equipment to be included in the Contract comprise:
a) Fixed electrical installations, controls and fixed equipment.
b) Portable appliance testing.
c) Lighting and lighting controls.
d) Internal public car park lighting and electrical installations at Martlets and Railway
Approach car parks only.
e) Gas installations.
f) Space and water heating systems, controls and equipment (including boilers, header
tanks, calorifiers, hot water cylinders, immersion heaters and associated pipework.
g) Mains water and domestic cold water services.
h) Inspections and maintenance for prevention of Legionella, covering all water
systems, but excluding L8 risk assessments.
i) Urinal flow controls.
j) Wallgate units.
k) Cooling and air conditioning systems, controls and equipment.
l) Extractor fans and controls.
m) Domestic appliances for which the Council is responsible.
n) Electrically operated doors; manual and electrically-operated roller shutters.
o) Fire detection and alarm systems, including domestic smoke alarms.
p) Domestic carbon monoxide alarms.
q) Security alarms and access control systems.
r) Fire extinguishers (Oaklands Campus: CO2 extinguishers only).
s) Lifts, including stair lifts and wheelchair lifts.
t) Edge protection, fall restraint systems and fixed ladders.
u) Lightning protection.
v) Photovoltaic panels and associated equipment.
w) Sewage, drainage and sump pumps.
x) Irrigation systems.
II.1.6)Common procurement vocabulary (CPV)50710000, 45343220, 50720000, 31625000, 45343200, 45332200, 42961100, 50750000, 50413200, 50711000, 50511000, 50730000
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: no
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:Estimated value excluding VAT:
Range: between 390 000 and 650 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion Starting 19.12.2016. Completion 31.3.2020
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the tender documents.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the tender documents.
Minimum level(s) of standards possibly required: As detailed in the tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in the tender documents.
Minimum level(s) of standards possibly required:
As detailed in the tender documents.
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 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)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:
MSDC - 008695
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: 1.9.2016
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate2.9.2016
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: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
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 proceduresMid Sussex District Council
Oaklands Road
RH16 1SS Haywards Heath
United Kingdom
Body responsible for mediation procedures
As above
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:19.7.2016