Lift and Stairlift Installations Term Contract
Periodic inspection, servicing, maintenance and repairs and renewals of lift and stairlift installations term contract.
United Kingdom-Welwyn Garden City: Lift-maintenance services
2014/S 238-419313
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Welwyn Hatfield Community Housing Trust working on behalf of Welwyn Hatfield Borough Council
The Campus
Contact point(s): Procurement
For the attention of: Andrew Harper
AL8 6AE Welwyn Garden City
UNITED KINGDOM
Telephone: +44 1707357371
E-mail: a.harper@welhat.gov.uk
Internet address(es):
General address of the contracting authority: www.welhat.gov.uk
Address of the buyer profile: http://www.delta-esourcing.com/delta
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 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
Service category No 1: Maintenance and repair services
NUTS code UKH23
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)
II.1.6)Common procurement vocabulary (CPV)
50750000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 690 000 and 1 040 000 GBP
II.2.2)Information about options
Description of these options: The contracts will be subject to regular monthly, quarterly and annual performance reviews by WHCHT. The contracts will be extendable on an annual basis after the first 5 years for up to a further 5 years. In any event year on year continuance of the contracts from the commencement will be dependent on satisfactory performance by the contractor. Extension of the contracts beyond the initial 5 year term will be entirely discretionary to WHCHT. The contracts will also contain a break provision that may be exercised by WHCHT subject to the giving of the period of notice stipulated in the contract.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: Range: between 1 and 5
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 60 (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: As set out in the ITT.
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
Minimum level(s) of standards possibly required: As set out in the PQQ referred to in III.2.1 above but economic operators shall be aware that to be considered eligible for selection, the economic operator(as stand alone business unit, not a Group) must be able to demonstrate a minimum annual turnover EN Standard form 02 — Contract notice 8 / 17 equivalent to GBP 250 000 in respect of the most recent financial year for which accounts are available. Economic operators not meeting this minimum turnover requirement are requested not to apply. Other minimum levels of criteria standard to be evaluated on a pass or fail basis apply and are set out in the PQQ referred to in III.2.1 above.
III.2.3)Technical capacity
The information and formalities set out in Article 48 of Directive 2004/18/EC and Regulation 25 Public Contracts Regulations 2006. These requirements are set out in the PQQ referred to in III.2.1 above.
Minimum level(s) of standards possibly required:
As set out in the PQQ referred to in III.2.1 above.
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Criteria as set out in the PQQ submissions and in accordance with regulations 23(1), 24 and 25 of the Public Contracts Regulations 2006. Subject to receiving completed PQQ submissions from sufficient eligible economic operators, it is intended that the tender list will comprise the top scoring economic operators from evaluation of PQQ submissions.
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
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
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 up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Economic operators shall note that the contracts will cover all of WHCHT’s business units and properties including any future additions. The service/works will be required throughout WHCHTs administrative areas of Welwyn and Hatfield. One service provider will be appointed to undertake the service/works across all areas..Economic operators are advised that TUPE provisions may apply in respect of this procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at: https://supplyhertfordshire.g2b.info/tenders/UK-UK-Welwyn-Garden-City:-Lift-maintenance-services./DV7ZT99T5D
To respond to this opportunity, please click here: https://supplyhertfordshire.g2b.info/respond/DV7ZT99T5D
GO Reference: GO-2014125-PRO-6206308.
VI.4.1)Body responsible for appeal procedures
Welwyn Hatfield Borough Council
The Campus
AL8 6AE Welwyn Garden City
UNITED KINGDOM
E-mail: a.harper@welhat.gov.uk
Telephone: +44 1707357371
Internet address: www.welhat.gov.uk
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
The Campus, 70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: www.cedr.com
VI.4.3)Service from which information about the lodging of appeals may be obtained
Welwyn Hatfield Borough Council
The Campus
AL8 6AE Welwyn Garden City
UNITED KINGDOM
E-mail: a.harper@welhat.gov.uk
Telephone: +44 1707357371
Internet address: www.welhat.gov.uk
VI.5)Date of dispatch of this notice: