Domestic Lifts and Hoists Servicing Contract London
Contract for the maintenance and repair of domestic stair lifts, vertical lifts, hoists and door openers.
United Kingdom-London: Lift-maintenance services
2017/S 015-023974
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Woolwich Centre, 35 Wellington Street
London
SE16 6HQ
United Kingdom
Contact person: Shane Hughes
Telephone: +44 2078774592
E-mail: shughes@savills.com
NUTS code: UKI1
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Contract for the servicing and maintenance of domestic lifts and hoists.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Contract for the maintenance and repair of domestic stair lifts, vertical lifts, hoists and door openers in homes for residents with restricted mobility.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
Various social housing blocks in the areas of Greenwich, Greenwich Peninsula, Charlton, Plumstead, Kidbrooke, Eltham, Woolwich, Thamesmead and Abbey Wood in South East London.
II.2.4)Description of the procurement:
The Royal Borough of Greenwich (the ‘Authority’) is seeking expressions of interest from suitably qualified and experienced, specialist domestic lift maintenance service providers to enter into a long-term partnering arrangement to provide a planned and reactive maintenance and repair provision for its domestic stair lifts and hoists (the ‘Services’) to various of its residential housing stock comprising approximately 26 000 properties of which approximately 3 000 are leasehold.
The Authority intends to enter into a Term Contract under a bespoke form of TPC2005 (2013 version) with a single service provider for an initial term of 3 years extendable at the Authority’s sole discretion by a further 2 years up to a maximum of 5 years. The Services are in relation to the service, maintenance and repair of existing stair lifts, through floor lifts, step lifts, ceiling track hoists and automatic door openers/closers in various residential dwellings for people with restricted mobility.
The majority of the properties are part of the Authority’s housing stock but the Contract includes for services in properties owned by Registered Providers and some private owners that are managed by the Authority on their behalf.
The services include for:
(i) Carrying out an annual inspection and servicing of stair lifts, through floor / step lifts for people with restricted mobility;
(ii) Carrying out an annual inspection and servicing of ceiling track hoists for people with restricted mobility;
(iii) Providing a 24/7 responsive repairs service to attend to any breakdowns.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Applicants will be required to complete a Selection Questionnaire (‘SQ’) consistent with The Public Contracts Directive 2014/24/EU of the European Parliament and of The Council. The criteria for choosing the number of candidates will be set out in the SQ. The SQ is available from the email address given at I.1 and must be returned by the date stipulated at section IV.2.2 to the address provided in the Questionnaire.
II.2.10)Information about variants
II.2.11)Information about options
The Contract will be awarded for an initial period of three (3) years extendable at the Authority’s sole discretion for one further period of two (2) years up to a maximum of five (5) years. Please note the Contract Value quoted is for the initial 3 year term.
II.2.13)Information about European Union funds
II.2.14)Additional information
The Authority wishes to support people who are in unemployed and small and medium enterprises to ensure that there is specific capacity to deliver the service it requires and promote sustainability through its procurement. Therefore this contract may contain community benefit clauses as allowed within Regulations 67 and 70 of the Public Contracts Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Applicants will be required to complete a Selection Questionnaire (‘SQ’) consistent with The Public Contracts Directive 2014/24/EU of the European Parliament and of The Council. Suitability to pursue the professional activity required are set out in the SQ. The SQ is available from the email address given at I.1 and must be returned by the date stipulated at section IV.2.2 to the address provided.
III.1.2)Economic and financial standing
Applicants will be required to complete a Selection Questionnaire (‘SQ’) consistent with The Public Contracts Directive 2014/24/EU of the European Parliament and of The Council. Suitability in respect of economic and financial standing are set out in the SQ. The SQ is available from the email address given at I.1 and must be returned by the date stipulated at section IV.2.2 to the address provided.
The minimum turnover requirement for economic operators applying for the contract is an average annual turnover over the last three accounting periods of at least eight hundred thousand pounds (800 000 GBP). Economic operators not meeting these minimum levels will be disqualified from the process. Other financial requirements will be set out will be set out in the SQ.
III.1.3)Technical and professional ability
Applicants will be required to complete a Selection Questionnaire consistent with The Public Contracts Directive 2014/24/EU of the European Parliament and of The Council. Suitability in respect of the Applicants’ required technical and professional activity are set out in the SQ. The SQ is available from the email address given at I.1 and must be returned by the date stipulated at section IV.2.2 to the address provided.
As stated in the Selection Questionnaire.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the Works at its sole discretion. The Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Contracting Authority shall be incurred entirely at that applicant’s / tenderer’s risk.
The Authority anticipates that the Business Transfers Directive 2001/23/EC of the European Parliament and of The Council as implemented by the Transfer of Undertakings (Protection of Employment) Regulations 2006, will apply to the transfer of personnel from the incumbent contractor under this procurement. The Authority’s detailed requirements will be set out in the Contract Documents.
Applicants are reminded the SQ and supporting documents will be made available to bidders via electronic mail and interested parties should contact Shane Hughes at Savills (UK) Limited) as set out at Section I.1 to receive these.
VI.4.1)Review body
Royal Courts of Justice, The Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, The Strand
London
WC2A 2LL
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
70 Whitehall
London
SW1A 2AS
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Lift Maintenance and Servicing Contracts South West England
Lift Servicing and Repairs Contract Manchester
Escalator Maintenance Birmingham
Building Consultancy Framework London