NEPO Lift Maintenance and Refurbishment Framework
Lifts: Consultancy, Maintenance, Refurbishment and Associated Installation Services.
United Kingdom-Leeds: Lift-maintenance services
2016/S 113-201667
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
North Eastern Universities Purchasing Consortium
Leeds Innovation Centre, 103 Clarendon Road
Contact point(s): http://www.in-tend.co.uk/neupc
For the attention of: Mark Hayter
LS2 9DF Leeds
United Kingdom
E-mail: m.r.hayter@leeds.ac.uk
Internet address(es):
General address of the contracting authority: http://www.neupc.ac.uk/
Address of the buyer profile: https://in-tendhost.co.uk/neupc/
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
This framework will be made available for use by all members of CPC, LUPC, HEPCW, NEUPC, NWUPC and SUPC. Membership of this community may be subject to change due to strategic realignment or the inclusion of new members. A complete list of current members of each consortium can be found via the relevant links: http://www.thecpc.ac.uk/members/regions.php http://www.hepcw.ac.uk/files/2016/01/HEPCW-Members1.pdf http://www.lupc.ac.uk/list-of-members.html, http://www.neupc.ac.uk/our-members http://www.nwupc.ac.uk/our-members http://supc.ac.uk/about-us/our-members/our-members
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 UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with several operators
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 10 000 000 and 20 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Lot 1: Consultancy;
Lot 2: Maintenance and Refurbishment of Goods and Passenger Lifts, Lifting Platforms, Stair-lifts and Associated Installation Services.
II.1.6)Common procurement vocabulary (CPV)
50750000, 42400000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one lot only
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The framework is intended to be delivered in 2 lots. Lot 1 will provide members with lift consultancy services. Lot 2 will provide members with a route to market for lift maintenance services including refurbishment and associated installation works for goods and passenger lifts.
This framework will be made available for use by all members of CPC, LUPC, HEPCW, NEUPC, NWUPC and SUPC, regardless of whether or not they are defined as contracting authorities for the purpose of the Public Contract Regulations 2015.
Membership of this community may be subject to change due to strategic realignment or the inclusion of new members. A complete list of current members of each consortium can be found via the relevant links:
http://www.thecpc.ac.uk/members/regions.php
http://www.hepcw.ac.uk/files/2016/01/HEPCW-Members1.pdf
http://www.lupc.ac.uk/list-of-members.html
http://www.neupc.ac.uk/our-members
http://www.nwupc.ac.uk/our-members
http://supc.ac.uk/about-us/our-members/our-members
The framework may be used by institutions to make purchases on projects that are fully or part funded by European Union funds or Programs including but not limited to:
1. European Regional Development Fund (ERDF) or;
2. European Structural and Investment Fund (ESIF) or;
3. Research Councils UK (RCUK), the strategic partnership of the UK’s 7 Research Councils.
Suppliers will be awarded to either Lot 1 or Lot 2 but not both lots. Where tenders are received from a single supplier for both lots NEUPC reserves the right to exclude the supplier from further evaluation and award to the framework.
Call off processes included under the framework:
Lot 1 (ranked):
— Direct award: Institutions may use the ranking provided to select the top ranked supplier. Direct award will be made to the next ranked supplier only if:
– The highest scoring supplier confirms that they do not have capacity to undertake the work; or
– Cannot respond within the required time-scales as detailed in the specification of requirements; or
– There are other relevant issues such as conflict of interest.
— Further competition by mini tender: Institutions wishing to undertake a further-competition may do so. All the supplier(s) appointed to the lot must be invited to submit responses to the institution’s further-competition tender document.
— Further competition by E-Auction:
Institutions develop a standard product schedule and all suppliers enter an on-line bidding process to secure the contract to supply
— Further competition by desktop exercise:
Institutions may vary the award weightings against framework scoring to suit individual contract requirements.
Lot 2 (ranked):
— Direct award: Institutions may use the ranking provided to select the top ranked supplier. Direct award will be made to the next ranked supplier only if:
– The highest scoring supplier confirms that they do not have capacity to undertake the work; or
– Cannot respond within the required time-scales as detailed in the specification of requirements; or
– There are other relevant issues such as conflict of interest.
— Further competition by mini tender: Institutions wishing to undertake a further-competition may do so. All the supplier(s) appointed to the lot must be invited to submit responses to the institution’s further-competition tender document.
— Further competition by E-Auction:
Institutions develop a standard product schedule and all suppliers enter an on-line bidding process to secure the contract to supply
— Further competition by desktop exercise:
Institutions may vary the award weightings against framework scoring to suit individual contract requirements
Where more than 1 call off process exists, agreement users will use their discretion to determine the most appropriate method for calling off contracts from this framework.
Note: Institutions opting out of the Public Contract Regulations and / or their partners that access this agreement are not bound by the call off procedure which applies to Contracting Authorities.
Framework structure:
Lot 1: Suppliers will be able to bid to service either of the following 2 regions; ‘England and Wales’ and ‘Northern Ireland’. Suppliers can bid for 1 or both of the regions but must be able to service 100 % of the institutions who can access the agreement in either region. It is envisaged between 6-8 suppliers will be awarded to this lot.
Lot 2: Suppliers will be able to bid to service any 1, all or a combination of the regions as defined in the tender documents. Suppliers can bid to service as many of the regions as they wish but must be able to service 100 % of the institutions who can access the agreement within each region. It is envisaged between 6-12 suppliers will be awarded to this lot.
The tender evaluation process will score all tenders against the regions they wish to service. It is possible, depending on the level of interest and quality of tender submissions that award to supply 1 of the regions does not guarantee award to supply to any other.
For all lots, NEUPC shall not be bound to accept any Tender and reserves the right not to conclude a Framework Agreement for some or all of the Services for which Tenders are invited.
Estimated value excluding VAT:
Range: between 10 000 000 and 20 000 000 GBP
II.2.2)Information about options
Description of these options: The framework agreement will operate for 2 years duration. NEUPC reserves the right to invoke 2 1-year extension periods, subject to satisfactory framework performance. Extension of 1 lot does not guarantee extension to the other lot.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: Range: between 1 and 2
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lift Consultancy Services
1)Short description
As a minimum suppliers will be expected to offer:
— Lift consultancy services including site surveys, design, specification, preparation of tender documents, technical and financial tender evaluation; project management (where required), progress meetings, progress inspections of site works, witness testing; checking project handover information for various new lift installations and modernisation of existing lifts;
— To act as Contract Administrator and CDM Principle Designer for any new lift installations and lift modernisations not implemented as part of larger construction projects;
— Optimise the maintenance schedule to ensure safe operation of lifts, whilst demonstrating value for money and other contract life cycle savings.
— Lift maintenance quality audits,
— Lifting equipment asset surveys and lifting equipment plant failure risk assessments in accordance with BS EN81-80;
— Advice on compliance with current legislation, regulations and European standards in relation to provision, operation and maintenance of various lifts (e.g. LOLER, Equality Act Lift Regulations );
— Advice on problematic lifts;
— Advice in relation to the Disability Discrimination Act 1995;
— Lift consultancy may be required to provide advice relating to procedures for releasing trapped passengers and specialist applications such as fire-fighting lifts and evacuation lifts;
— Lift energy audits and advice on possible energy efficiency measures applicable to lifts;
— Vertical transportation traffic flow surveys, Lift traffic analysis, and reports for BREEAM assessments;
— Lift consultancy to specify generic hardware and open protocol software where possible so as to allow competitive maintenance costs;
— Lift consultancy in the event of an accident or near miss involving a lift;
— Lift consultancy to include preparation of maintenance/service tender documents, review of completed tender documents and attendance at pre-start meeting;
— Lift consultancy to access lift shafts and machinery rooms in accordance with BS 7255:2012.
2)Common procurement vocabulary (CPV)
50750000, 42400000
3)Quantity or scope
Range: between 1 000 000 and 2 000 000 GBP
Lot No: 2 Lot title: Lift Maintenance and Refurbishment of Goods and Passenger Lifts, Lifting Platforms, Stairlifts and Associated Installation Services
1)Short description
As a minimum suppliers will be expected to offer:
— Service to encompass and ensure compliance with LOLER Regulations.
— Maintenance, service, alterations and inspection requirements for all passenger, goods, platform and stair lifts as required.
— Specification for quoted works for repairs, upgrades and new installation.
— Contractual ‘Service Availability’ of the Institution’s schedule of lifts, lift type and individual lift.
— Fault call out requirements including repair, parts, alterations and inspections for all passenger, goods, platform and stair lifts as required.
— Emergency release of trapped persons requirement and other emergency call outs for all passenger, goods, platform and stair lifts as required.
— Rectification of defects found by a third party consultant or insurance inspector.
— Autodialler installation and regular testing of Autodial alarms of lift cars.
2)Common procurement vocabulary (CPV)
50750000, 42400000
3)Quantity or scope
Range: between 9 000 000 and 18 000 000 GBP
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.4)Other particular 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
Minimum level(s) of standards possibly required: Included in tender documentation.
III.2.3)Technical capacity
Included in tender documentation.
Minimum level(s) of standards possibly required:
Included in tender documentation.
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.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
Prior information notice
Notice number in the OJEU: 2015/S 236-427185 of 5.12.2015
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.3.6)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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 24.
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice:
Related Posts
Lift Maintenance and Repair Services West Yorkshire
Passenger Lift Works Kings Avenue London
Passenger Lifts Works Middlesex and London South
Passenger Lift Works London South West