Croydon Council Lift Maintenance Tender 2016
Provision of Lift and Escalator Refurbishment, Call-outs and Servicing of the Council’s properties.
United Kingdom-Croydon: Lifts
2016/S 072-125281
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Croydon Council
4G Bernard Weatherill House, 8 Mint Walk
For the attention of: Mrs Vivienne Weeks
CR1 0EA Croydon
UNITED KINGDOM
Telephone: +44 2084071318
E-mail: vivienne.weeks@croydon.gov.uk
Internet address(es):
General address of the contracting authority: http://www.croydon.gov.uk
Address of the buyer profile: http://www.londontenders.org
Electronic access to information: http://www.londontenders.org
Electronic submission of tenders and requests to participate: http://www.londontenders.org
Further information can be obtained from: Croydon Council
4G Bernard Weatherill House, 8 Mint Walk
For the attention of: Mrs Vivienne Weeks
CR1 0EA Croydon
UNITED KINGDOM
Telephone: +44 2084071318
E-mail: vivienne.weeks@croydon.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: www.londontenders.org
Corporate Procurement Team, Bernard Weatherill House, 8 Mint Walk
Contact point(s): www.londontenders.org
CRO 1EA Croydon
UNITED KINGDOM
Telephone: +44 2084071318
E-mail: support @due-north.com
Tenders or requests to participate must be sent to: www.londontenders.org
Corporate Procurement Team, Bernard Weatherill House, 8 Mint Walk
Contact point(s): www.londontenders.org
CR0 1EA Croydon
UNITED KINGDOM
Telephone: +44 2084071318
E-mail: support @due-north.com
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Design and execution
Execution
NUTS code UKI22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Contracting Authority (‘The Council’) is seeking tenders from suitably qualified and experienced Service providers to enter into a single provider contract to deliver servicing, maintenance and refurbishment of lifts and escalators within the housing and corporate building stock with the option to include schools on an individual basis.
This is to be provided on a 24 hour 7 day a week 365 day of the year basis. Further details are provided within the Information Pack via the London tender portal (www.londontenders.org).
The scope of works is anticipated to be in the region of 7 000 000 GBP – 10 000 000 GBP over 14 years, however there is no guarantee of any value of orders over the course of the Term Programme.
The length of the contract is initially for 5 years with the option to extend for a further 3+3+1+1+1 years, resulting in a possible maximum contract period of 14 years.
The Council proposes to use the Open procedure for the purposes of procuring the contract and the tenders will be evaluated on the basis of achieving the Most Economically Advantageous Tender (MEAT) in the opinion of the Council.
As the Open procedure is being used we recommend that you are confident that you will meet the minimum requirements prior to completing a full tender return.
It is also intended that the Contract be part of the Council’s wider focus on ensuring that its economic activity is a catalyst for regeneration within the London Borough of Croydon so as to ensure Croydon as a place benefits from the expenditure related to the contract and changes people’s lives for the better. Further details are be provided in the ITT documents.
The Council proposes to enter into a form of contract with the successful provider based on the ACA Standard for of Term Partnering Contract 2005 (amended 2008), as further amended by the Council.
The Council requires the successful Service Provider to comply with the London Living Wage.
All potential suppliers are advised to read the supporting documents listed on the E-Tender portal, prior to responding to the Invitation to Tender document (ITT).
The Council considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 “as amended by the” Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 may apply to this contract. The purpose of TUPE is to preserve continuity of employment and to safeguard employment rights of all employees whose employment transfers to a new employer as a result of a relevant transfer.
Estimated cost excluding VAT
7 000 000 GBP — 10 000 000 GBP over 14 years.
II.1.6)Common procurement vocabulary (CPV)
42416100, 42416120, 42416130, 42416200, 42416210, 42416300, 42416400, 42416500, 45313000, 50750000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The length of the contract is initially for 5 years with the option to extend for a further 3+3+1+1+1 years, resulting in a possible maximum contract period of 14 years.
Estimated value excluding VAT:
Range: between 7 000 000 and 10 000 000 GBP
II.2.2)Information about options
Description of these options: The length of the contract is initially for 5 years with the option to extend for a further 3+3+1+1+1 years, resulting in a possible maximum contract period of 14 years.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in days: 0 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: The successful provider and its supply chain will be required to participate in the achievement of social and/or environmental policy objectives relating to (but not exclusive to) recruitment,volunteering, apprenticeships, employment and training, priority groups, community benefits and supply chain initiatives for Small Medium Enterprises (SMEs). Accordingly, the contract performance conditions may relate in particular to social value considerations, to be detailed in the contract documents. There will be a requirement to apply the London Living Wage in their employment terms and conditions.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete an Invitation to Tender consistent with the Directive 2014/24/EU of the European Parliament and of the Council. This Invitation to tender is available electronically from the London Tender Portal at www.londontenders.org and must be returned in electronic format to the London Tender Portal at www.londontenders.org by the date stipulated in IV.3.4).
Minimum level(s) of standards possibly required: Please refer to the ITT documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluation to determine the Council’s minimum levels of standards required are met: Candidates will be required to complete an ITT consistent with the Directive 2014/24/EU of the European Parliament and of the Council. The ITT is available electronically from the London Tender Portal at www.londontenders.org and must be returned in electronic format to the London Tender Portal atwww.londontenders.org by the date stipulated in IV.3.4). There is a minimum standard for the financial turn-over of companies applying as follows: 1 400 000 GBP per annum for each of the recent 2 years (2013/14 and 2014/15).Minimum level(s) of standards possibly required:
There will be a minimum level of required insurances at the commencement of the contract as follows: Professional insurance level to be capped to annual aggregate limit 2 000 000 GBP. — Public Liability (Third Party) Insurance: 5 000 000 GBP per claim arising out of any 1 occurrence. — Employers (Compulsory) Liability Insurance : 5 000 000 GBP per claim arising out of any 1 occurrence.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Notice on a buyer profile
Notice number in the OJEU: 2015/S 193-349069 of 5.10.2015
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Council reserves the right, subject to the provisions of the Public Contracts Regulations 2015 and other rules governing public procurement, to change without notice the basis of any part of the procurement process or to cancel the procurement at any time and not to proceed with the award of any contract at any stage of the procurement process. If you wish to register an interest in this contract, please follow the steps below: — Register your company free of charge via the link below: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm —Await acceptance. You will receive an email confirming your username and password for the London Tenders Portal. —Use your username and password to log into the London Tenders Portal and register your interest in the relevant contract: (489/2015/DASHH). —Shortly after you have registered your interest, you will receive a second email containing a link to access the instructions to tender documentation. — All questions and queries ‘Discussion’ area,regarding the procurement must be posted via the London Tenders Portal. You must submit your completed tender via the Authority’s e-tendering portal at www.londontenders.org no later than the date detailed in IV.3.4). Completed tenders may be submitted at any time before the closing date. Please note that completed tenders received after the closing date may be rejected. Potential providers must keep their contact details on the portal up to date or they will be unable to receive communications from the Council.
VI.4.1)Body responsible for appeal procedures
London Borough of Croydon
4G Bernard Weatherill House, 8 Mint Walk
CR0 1EA Croydon
UNITED KINGDOM
E-mail: procurement@croydon.gov.uk
Telephone: +44 2084071318
Body responsible for mediation procedures
London Borough of Croydon
4G Bernard Weatherill House, 8 Mint Walk
CR0 1EA Croydon
UNITED KINGDOM
E-mail: procurement@croydon.gov.uk
Telephone: +44 2084071318
VI.4.3)Service from which information about the lodging of appeals may be obtained
HM Courts & Tribunal Service
Tribunal Service High Court, Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: http://www.hmcourts-service.gov.uk/infoabout/rcj/rcj.htm
VI.5)Date of dispatch of this notice:
Related Posts
Passenger Lifts Servicing and Repairs Framework
Supply of a Platform Lift – Request for Quotation
NEPO Lift Maintenance Framework
Lift Replacement Works Cheltenham