House of Commons Mechanical and Electrical Maintenance Contract
Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Works Services within Palace of Westminster – Lot No: 1.
United Kingdom-London: Repair and maintenance services of electrical and mechanical building installations
2018/S 035-076335
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
1 Floor, 7 Millbank
London
SW1P 3JA
United Kingdom
Contact person: https://in-tendhost.co.uk/parliamentuk/aspx/Home
Telephone: +44 2072191600
E-mail: ppcs@parliament.uk
Fax: +44 2072191600
NUTS code: UKIInternet address(es):Main address: https://in-tendhost.co.uk/parliamentuk/aspx/Home
Address of the buyer profile: https://in-tendhost.co.uk/parliamentuk/aspx/Home
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
STC1135-Provision of Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Work Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Employer wishes to contract with a supplier for the provision of Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Works Services. The service requirement is divided into 3no Lots. Applicants invited to tender will be required to submit offers for all three Lots. Expressions of interest will be evaluated as a single entity, i.e. evaluation will be carried out on applicant’s responses to a single SQ and those with the highest scores carried over to tender stage. The Employer reserves the right to withdraw 1 or more Lots prior to award. Lots 1 and 2 will not be awarded to the same supplier. In the event that the same supplier is assessed as having attained the highest score on both Lots 1 and 2 they will be appointed to Lot 1 only and the second highest scoring supplier for Lot 2 appointed to Lot 2 The drivers which will dictate whether the Employer awards Lot 3 (and withdraws Lots 1 and 2) are supplier resilience and cost.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Mechanical & Electrical Maintenance and Mechanical, Electrical & Building Small Project Works Services within Palace of Westminster
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The required services are likely to include, but are not limited to, the following:
1) To provide a Planned Maintenance service based on a customised online SFG20 schedule as detailed in Appendix A and SI 200;
2) To provide additional Specialist Planned Maintenance services, as detailed in Appendices B to E;
3) To provide a site based presence (either during normal and/or evenings see SI 104 below) and as detailed in Appendices C, D & E, as summarised below:
3.1 BMS — Provision of suitably qualified BMS/controls engineers as Appendix C;
3.2 Catering and Refrigeration — Provision of suitably qualified engineers as Appendix D;
3.3 Lifts — Provision of suitably qualified Lift engineers as Appendix E;
3.4 AP — Provision of Authorised persons HV and LV as Appendix H, Chapter 1 and 2.
4) To provide the option of a comprehensive cost for repairs (up to 250 GBP per repair) for the above items detailed in Appendices C, D and E;
5) To provide a reactive repair service as and when required to support the Employer’s directly employed craft team see SI 201 6. To provide minor works up to £50k as detailed in SI204 ;
7) To provide small project works up to 500k GBP for mechanical and electrical works, and between 50k GBP to 500k GBP for building and decorating works as detailed in SI300;
8) Supply of Materials used to maintain the affected property, as detailed in Appendix F and SI 400;
9) The provision of an Emergency out of hours call out service as detailed in section 5 and within appendices A to E and SI 202 Provision of CDM Principal Designer, Co-Ordinator and Principal Contractor as required in order to comply with the Construction (Design and Management) Regulations 2015 (CDM 2015).
The successful Tenderer must be capable of providing, and co-ordinating the input of, all of the above (and any additional related) services necessary for delivery of this contract.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Works Services within Parliamentary Outbuildings
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The required services are likely to include, but are not limited to, the following:
1) To provide a Planned Maintenance service based on a customised online SFG20 schedule as detailed in Appendix A and SI 200;
2) To provide additional Specialist Planned Maintenance services, as detailed in Appendices B to E;
3) To provide a site based presence (either during normal and/or evenings see SI 104 below) and as detailed in Appendices C, D and E, as summarised below;
3.1 BMS – Provision of suitably qualified BMS/controls engineers as Appendix C;
3.2 Catering and Refrigeration – Provision of suitably qualified engineers as Appendix D;
3.3 Lifts – Provision of suitably qualified Lift engineers as Appendix E;
3.4 AP – Provision of Authorised persons HV and LV as Appendix H, Chapter 1 and 2;
4) To provide the option of a comprehensive cost for repairs (up to £250 per repair) for the above items detailed in Appendices C, D and E;
5) To provide a reactive repair service as and when required to support the Employer’s directly employed craft team see SI 201;
6) To provide minor works up to £50k as detailed in SI204 ;
7) To provide small project works up to 500k GBP for mechanical and electrical works, and between 50k GBP to 500k GBP for building and decorating works as detailed in SI300;
8) Supply of Materials used to maintain the affected property, as detailed in Appendix F and SI 400;
9) The provision of an Emergency out of hours call out service as detailed in section 5 and within appendices A to E and SI 202.
The successful Tenderer must be capable of providing, and co-ordinating the input of, all of the above (and any additional related) services necessary for delivery of this contract.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Works Services. Lots 1 and 2 combined
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The required services are likely to include, but are not limited to, the following:
1. To provide a Planned Maintenance service based on a customised online SFG20 schedule as detailed in Appendix A and SI 200;
2. To provide additional Specialist Planned Maintenance services, as detailed in Appendices B to E;
3. To provide a site based presence (either during normal and/or evenings see SI 104 below) and as detailed in Appendices C, D and E, as summarised below:
3.1 BMS — Provision of suitably qualified BMS/controls engineers as Appendix C;
3.2 Catering and Refrigeration — Provision of suitably qualified engineers as Appendix D;
3.3 Lifts — Provision of suitably qualified Lift engineers as Appendix E;
3.4 AP — Provision of Authorised persons HV and LV as Appendix H, Chapter 1 and 2;
4. To provide the option of a comprehensive cost for repairs (up to 250 GBP per repair) for the above items detailed in Appendices C, D and E.
5. To provide a reactive repair service as and when required to support the Employer’s directly employed craft team see SI 201
6. To provide minor works up to 50k GBP as detailed in SI204
7. To provide small project works up to 500k GBP for mechanical and electrical works, and between 50k GBP to 500k GBP for building and decorating works as detailed in SI300 8. Supply of Materials used to maintain the affected property, as detailed in Appendix F and SI 400 9. The provision of an Emergency out of hours call out service as detailed in section 5 and within appendices A to E and SI 202 Provision of CDM Principal Designer, Co-Ordinator and Principal Contractor as required in order to comply with the Construction (Design and Management) Regulations 2015 (CDM 2015). The successful Tenderer must be capable of providing, and co-ordinating the input of, all of the above (and any additional related) services necessary for delivery of this contract.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
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.2.4)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.3)Additional information:
The SQ documents will be accessible at the Houses of Parliament’s e-procurement portal: http://in-tendhost.co.uk/parliamentuk Tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via e-mail are not acceptable. To access these documents select the tender reference STC1135 in the ‘current tenders’ list, click on the ‘view tender details’ and express interest by clicking on the button provided. You will need to register your company details, thereafter you will be issued with a username and password. If you have previously registered with In-Tend, please follow the link shown which will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and forgotten your username and password, click on the ‘forgotten password’ link on the In-Tend homepage. Please keep this username and password secure and do not pass it to any third parties. If you are experiencing problems, please contact the PPCS Business Support team via email: ppcs@parliament.uk or call +44 (0)207 219 1600 for further assistance. You are advised to allow sufficient time when responding to this ITT, and for the full uploading of documents, prior to the closing date of 12:00 (noon) UK time on 19.3.2018. Late tenders will not be accepted. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application such as WinZip or WinRAR.
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice:
Read More
Scape Procure Civil Engineering and Infrastructure Framework 2018
Mechanical and Electrical Consultant Building Surveyor London
Tender for Hard FM Maintenance Services – London
Isle of Anglesey County Council Repairs and Maintenance Framework
Portable Appliance Testing Tender – West Lothian Council