University of Edinburgh Lift Consultant Tender
Lift Consultant (Maintenance)Tender submissions to be received no later than 12:00 22.3.2017.
United Kingdom-Edinburgh: Lift-maintenance services
2017/S 035-063331
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
United Kingdom
Telephone: +44 1316502506
E-mail: katie.bisset@ed.ac.uk
NUTS code: UKM25
Address of the buyer profile:http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
EC0760 Lift Consultant (Maintenance).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
EC0760 Lift Consultant (Maintenance)Tender submissions to be received no later than 12:00 22.3.2017. We wish to put in place a contract agreement for a period of up to 4 years commencing on May 2017.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
EC0760 Lift Consultant (Maintenance)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lot 2 Peripheral Area.
II.2.4)Description of the procurement:
We wish to put in place a Contract Agreement which covers the period from May 2017 with the option to extend for a further period of 2 years (1 year + 1 year)
Question Technical weightings
Q1 = 10 percent
Q2 = 4 percent
Q3 = 7 percent
Q4 = 5 percent
Q5 = 5 percent
Q6 = 4 percent
Q7 = 4 percent
Q8 = 5 percent
Q9 = 5 percent
Q10 = 5 percent
Q11 = 6 percent
Cost — the bidder who submits the lowest cost will be awarded the maximum score (40 percent) and others awarded a score pro rata, in relation to the lowest bid.
Please note the estimated value detailed in this advert relates to the combined value of both lots.
The Contract will be awarded in 2 separate lots and Consultant will be asked to tender separately for each lot. The University will appoint a total of 2 different Consultants onto the Contract (Lots 1 — 2) with 1 different Consultant awarded to each Lot.
The Tenderer with the highest MEAT (most economically advantageous tender) score in each Lot area will win that Lot. If Tenderers are bidding for more than 1 Lot area, and are the highest MEAT score in more than 1 lot then they will be awarded the Lot with the highest spend value (Lot 1), with the next highest MEAT scoring contractor being awarded Lot 2.
Successful Consultants will not be allocated more than 1 Lot.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2.1)Title:
EC0760 Lift Consultant (Maintenance)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
As detailed within our ITT documentation.
II.2.4)Description of the procurement:
Lot 1 Central Area Lifts.
We wish to put in place a Contract Agreement which covers the period from May 2017 for a period of 2 years with the option to extend for a further period of 2 years (1 year + 1 year).
Question Technical weightings
Q1 = 10 percent
Q2 = 4 percent
Q3 = 7 percent
Q4 = 5 percent
Q5 = 5 percent
Q6 = 4 percent
Q7 = 4 percent
Q8 = 5 percent
Q9 = 5 percent
Q10 = 5 percent
Q11 = 6 percent
Cost — the bidder who submits the lowest cost will be awarded the maximum score (40 percent) and others awarded a score pro rata, in relation to the lowest bid.
Please note the estimated value as stated in this notice relates to the combined value of both lots.
The Contract will be awarded in 2 separate lots and Consultant will be asked to tender separately for each lot. The University will appoint a total of 2 different Consultants onto the Contract (Lots 1 — 2) with 1 different Consultant awarded to each Lot.
The Tenderer with the highest MEAT (most economically advantageous tender) score in each Lot area will win that Lot. If Tenderers are bidding for more than 1 Lot area, and are the highest MEAT score in more than 1 lot then they will be awarded the Lot with the highest spend value (Lot 1), with the next highest MEAT scoring contractor being awarded Lot 2.
Successful Consultants will not be allocated more than 1 Lot.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
ESPD Statement 4.B.1.1 General turnover we require 47 500 GBP per annum
ESPD Statement 4.B.5.1 Employers Liability Insurance 5 000 000 GBP
ESPD Statement 4.B.5.1 Public Liability Insurance 10 000 000 GBP
ESPD Statement 4.B.5.1 Professional Indemnity Insurance 5 000 000 GBP.
III.2.2)Contract performance conditions:
As detailed within the ITT documentation package.
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.2.4)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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Question 1
Please describe in detail of how your organisation will deliver and manage. The Scope of Services provided in Schedule 3 items a, b, c, d, e, all as outlined in this ITT document. Including any changes your organisation may require to make to your current policy and procedures including timescales etc.
Question 2
Within the last 3 years please provide summary information which details the number of Lift Maintenance Management and Lift Design contracts your organisation has been awarded.
Question 3
Within your tender response please detail what you believe to be the critical key risks associated with the management of this contract and then provide a brief summary of how these key risks will be addressed via this Contract.
Question 4
Answer each question separately
Please provide a CV (Which details the name, qualifications and experience) of the individual your organisation proposes to designate as Contract (Account) Manager for this contract.
— Provide the Geographical location (Main Office) where the Contracts (Account) Manager will be based from.
— Please provide the name/s and experience of any dedicated administration, invoice and billing contact/s.
— State how your organisation will cater for any change in key Personnel, especially the Contracts (Accounts) Manager, to ensure there will be no disruption to the provision of the contract.
Question 5
Please describe the methodology and communication channels you propose to use on this contract to provide timely reporting information and advice to the University and Lift Term Maintenance Contractor.
Question 7
Explain how any complaints associated with the management of the contract will addressed and detail the timescales and escalation procedures involved for complaint resolution.
Question 8
Please provide information with regards to contract/s which you have undertaken over the last three years where your client has successfully implemented your proposal/s and this has resulted in your client being able to maintain continuous improvement.
Question 9
Tenderers should provide information of any additional value services and innovative solutions that already exist within your organisation. Which can be provided under the Contract, detailing the degree of improvement this / these innovations will bring. The viability of the proposed innovation and provide indicative costs for any chargeable elements.
Question 10
Please advise if you propose to utilise your own in-house personnel and or is it your intention to utilise sub-contracted staff to carry out any elements of the contract.
If yes then please provide details of your proposed sub-contractor /s.
Please also advise on how you will ensure that the sub-contractors personnel are adequately trained and how they maintain their technical knowledge.
Please advise as to the level of supervision your organisation will put in place with regards to the management of the contract. Whether in house staff or sub-contractors.
Question 11
Please provide details on how your organisation maintains the knowledge, experience and skill sets of your employees
Question 12
Please submit the relevant sections of your organisations Health and Safety Policy relating to this contract and describe in detail as to how you would manage any reported Health and Safety issues. Particular emphasis on our Insurance Inspectors Health and Safety report defects and the safety of all onsite UOE staff, students and general public.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7696. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:480771).
VI.4.1)Review body
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
United Kingdom
Telephone: +44 1316502506
E-mail: katie.bisset@ed.ac.ukInternet address:http://www.ed.ac.uk/schools-departments/procurement/supplying
VI.5)Date of dispatch of this notice:
Related Posts
Passenger Lift Refurbishment Contract Canterbury
Domestic Lifts and Hoists Servicing Contract London
Lift Maintenance and Servicing Contracts South West England
Lift Servicing and Repairs Contract Manchester