Lift Maintenance – Call Out and Servicing Southmapton
The University of Southampton is looking to establish a service contract for the provision of maintenance and call-out services to lifts located in its academic sites and halls of residence.
United Kingdom-Southampton: Lift-maintenance services
2015/S 042-072277
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Southampton
University Road
Contact point(s): Procurement Office
For the attention of: Suzanne Carlisle
SO17 1BJ Southampton
UNITED KINGDOM
Telephone: +44 2380595688
E-mail: s.carlisle@soton.ac.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/universityofsouthampton
Address of the buyer profile: https://in-tendhost.co.uk/universityofsouthampton
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 UKJ32
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 University currently has approximately 70 passenger lifts and 30 goods lifts, which the successful supplier will be required to ensure are serviced on either a monthly (passenger lifts) or quarterly (goods lifts) basis.
As part of the call-out service, the University will also require the successful contractor to respond to entrapments within 30 minutes and breakdowns within 2 hours.
The entire duration of the agreement shall be five years, made up of an initial contract period of 3 years with the option to extend for 2 further annual periods, subject to review.
It is anticipated that bids will be assessed on the basis of a 30 % price / 70 % quality split, however full details will be issued to shortlisted suppliers along with the Invitation to Tender documents.
Request for clarifications at pre-qualification stage can only be requested until 12:00 on Friday 20.3.2015 via the In-Tend portal correspondence facility (see additional information for details).
All responses must be uploaded onto this portal by no later than 12:00 noon on 31.3.2015. Failure to upload your response by this time may result in your exclusion from the tender process. If you are experiencing any technical difficulties when uploading on to the system, please ring +44 2380592654 before the 12:00 deadline for investigation, calls received after this time will not be considered.
II.1.6)Common procurement vocabulary (CPV)
50750000, 50000000, 50710000, 50700000
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:
Range: between 500 000 and 1 000 000 GBP
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.2.2)Economic and financial ability
To support the financial assessment the University will obtain a financial appraisal report from CreditSafe. This report provides the University with an overall Risk Score which will be used to assess the applicants financial standing. A suitable Performance Bond or Parent Company Guarantee may at the University’s discretion be accepted and allowed to override a poor credit score.
Minimum level(s) of standards possibly required: Minimum level(s) of standards possibly required: Organisations are advised that the following insurance levels are usually required:
— Employers Liability 10 000 000 GBP;
— Public Liability 10 000 000 GBP;
— Professional Indemnity 5 000 000 GBP.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Although not a requirement to bid for this tender, it will be a requirement of this contract that the successful supplier has a membership of LEIA (Lift and Escalator Industry Association) at the time of the contract commencement and maintains this for the duration of the agreement.
Bidders will also be required to demonstrate that employees who are working under this contract are appropriately qualified. Further details of the Universitys training requirements can be found in the pre-qualification questionnaire document.
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: A maximum number of 5 organisations will be shortlisted from the pre-qualification stage to be invited to tender, based on the following objective criteria:
Financial (10 %); Insurance (pass/conditional pass/fail); Current / Past Contracts (25 %); Staff Training (10 %); Quality Assurance (10 %); Proceedings and Judgements (10 %); Equalities (5 %); Health and Safety (10 %);Environmental (5 %); Technical (15 %)
Submissions scores at less than 50 % of the total marks will not be shortlisted to proceed to the Invitation to Tender stage.
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
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
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
This tender will be conducted electronically and tender documents can be downloaded from the web portal (In-Tend) provided earlier in this notice (https://in-tendhost.co.uk/universityofsouthampton).
If you are not already registered as a supplier with the In-Tend Portal, you will need to register before accessing the tender documents.
Once you have logged in as a supplier, click on current tenders and locate the tender documents by clicking on 14/PROF/93. Further instructions for the submission of tender are below (Please note: to preserve the integrity of the tendering procedure, all queries must made be via In-Tend).
To submit your return, please follow the instructions below:
1. Log In.
2. My Tenders.
3. View Tender Details.
4. View Documents.
5. Browse and Upload each part of your return (or Zip File).
6. Once ALL your response documents are uploaded and displayed in the — My Documents for Return — use — Submit My Return —. You are only permitted to submit once.
Expressions of Interest must be by way of completion and return of the pre-qualification questionnaire via the University’s e-tendering system In-Tend by the date/time specified in IV.3.4.
VI.5)Date of dispatch of this notice: