Passenger Lift and Stairlift Service and Maintenance Contract
United Kingdom-Poynton: Lift-maintenance services
2016/S 002-001744
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
‘Johnnie’ Johnson Housing Trust
Astra House, Spinners Lane, Cheshire
Contact point(s): Rand Associates Consultancy Services Ltd
For the attention of: Jeremy Lake
SK12 1GA Poynton
UNITED KINGDOM
Telephone: +44 1737249475
E-mail: etenders@rand-associates.co.uk
Fax: +44 1737242012
Internet address(es):
General address of the contracting authority: www.jjhousing.co.uk
Address of the buyer profile: http://www.jjhousing.co.uk
Electronic access to information: https://etenders.rand-associates.co.uk
Electronic submission of tenders and requests to participate: https://etenders.rand-associates.co.uk
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
Main site or location of works, place of delivery or of performance: Various Schemes in Greater Manchester, Lancashire, Merseyside, South Yorkshire, West Yorkshire, County Durham, Northumberland, Denbighshire, Hertfordshire, Derbyshire and Nottinghamshire.
NUTS code UKD,UKC,UKE,UKF,UKL
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 reserves the right to withdraw from this procurement procedure at anytime without awarding a contract. Applicants are to be responsible for all of the costs and expenses they incur as a result of participating in this procurement process irrespective of whether the procedure is complete or is abandoned without any appointment.
II.1.6)Common procurement vocabulary (CPV)
50750000, 51511100, 42400000, 42416100, 42416110, 42416300
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:
Further details of the scope of works is included in the Procurement Documentation.
Economic Operators are advised that the terms of the Transfer of Undertakings (Protection of Employment) Regulations may apply to the existing workforce employed by the incumbent contractor in relation to the works to be performed by the successful economic operator under the proposed new contract.
The Contract will be based on the NHF Form of Contract 2011 (rev 3:2015) (Communal Mechanical and Electrical) incorporating as aspects of the M3NHF Schedule of Rates: Lift maintenance Version 6.3.
Estimated value excluding VAT:
Range: between 3 100 000 and 3 600 000 GBP
II.2.2)Information about options
Description of these options: The Contracting Authority will have the Option to extend the Contract period from its initial 5 year term by a a period of up to 5 further years by means of 1 or more extensions.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
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:
Such undertaking will be in addition to the requirement to provide other deposits and guarantees required by the contracting authority for the due performance of the contract.
III.1.4)Other particular conditions
Description of particular conditions: As detailed in the Procurement Documentation, these may include conditions relating to environmental and social requirements.
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
These requirements are set out in the Statement referred to in 111.2.1 above.
Minimum level(s) of standards possibly required: These are set out in the Statement. Minimum level(s) of standards possibly required:
A minimum annual turnover of 500 000 GBP.
III.2.3)Technical capacity
The information and formalities set out in Article 48 of Directive 2004/18/EC and the Public Contracts Regulations 2015.
These requirements are set out in the Statement referred to in 111.2.1.
Minimum level(s) of standards possibly required:
These are set out in the Statement.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: EN81-81-80, EN81-28, EN81-115-2, EN13015, BS 5655, BS 7255, BS 7801,
Lift Regulations 1997: The Provision and Use of Work Equipment Regulations 1998 (PUWER);
The Lifting Operations and lifting Equipment Regulations 1998 (LOLER) and Safety Assessment Executive Federation (SAFED);
LEIA Maintenance Code of Practice.
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.3.2)Previous publication(s) concerning the same contract
Notice on a buyer profile
Notice number in the OJEU: 2015/S 221-403063 of 14.11.2015
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
All procurement documentation can be downloaded from https://etenders.rand-associates.co.uk
eTenders@Rand is Rand Associates Consultancy Services Ltd’s e-procurement portal (the ‘Portal’) for downloading/submission of procurement documentation in respect of pre-qualification and tenders, and communicating requests for and responses to clarification.
All requests for procurement documentation, communications and submission of pre-qualifications and tenders must be made via the Portal, which can be accessed at https://etenders.rand-associates.co.uk by registering and creating an account.
After creating an account, economic operators will receive an email with a link to activate their account.
Once activated and logged in, economic operators will need the following code to register for the Tender Documentation: JJHTLIFT2015
Economic operators may seek clarification where they consider any part of the documentation or any other aspect of this procurement is unclear.
All queries and any clarification must be communicated using the secure email messaging function within the Portal, but to be received no later than 13:00 on 1.2.2016.
This will provide an audit trail of all clarification requests and responses issued. It will not be possible to respond to any queries received after that stipulated date and time.
Having registered and created an account it is the economic operators’ responsibility to regularly monitor communications raised and issued through the Portal.
Responses to requests for clarification will be communicated by Rand Associates Consultancy Services Ltd to all economic operators through the Portal secure email messaging system.
The identity of the economic operator seeking clarification will not be disclosed to other economic operators.
When uploading tender submission documentation, economic operators must be aware of any speed limitations of their internet connection, system configuration and general web traffic etc., as these may impact on the time taken to complete the transaction.
Uploading of submissions must be completed by the deadline closing date and time.
Do not wait until too near the closing time on the return date.
The closing deadline for uploading completed tender submissions is 13.00 hours on 8.2.2016.
Please note that the Portal will not permit submissions to be uploaded after the closing deadline.
Submission documents will be visible to the representatives of the contracting authority and Rand Associates Consultancy Services Ltd only after the closing deadline.
Should users have any queries, or experience difficulties with the registration or download/upload system, they should contact the eTenders@Randhelpdesk by calling +44 1737225077 (ask for Paul Dugdale or Jonathan Case) or email etenders@rand-associates.co.uk
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
The contracting authority will incorporate a minimum 10 calendar day standstill period at the time information on the award of the contract is communicated to economic operators.
If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk to take action in the High Court.
Any such action must be brought within 3 months.
Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages.
If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ‘ineffective’.
VI.4.3)Service from which information about the lodging of appeals may be obtained
ERG Service Desk, Cabinet Office
Rosebery Court, St Andrews Business Park, Norfolk
NR7 0HS Norwich
UNITED KINGDOM
E-mail: servicedesk@cabinet-office.gsi.gov.uk
Telephone: +44 8450004999
VI.5)Date of dispatch of this notice: