Lift Maintenance and Repair Tender
Southampton City Council invites applications from suitably experienced firms or organisations who wish to be considered for selection to tender to carry out the Lift servicing, 24 hour 365 days a year callout service, active and major repair works and full lift replacement/refurbishment.
United Kingdom-Southampton: Lift-maintenance services
2013/S 181-312636
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Southampton City Council
Procurement Services, 1st floor One Guildhall Square
Contact point(s): http://www.southampton.gov.uk/business/supply-southampton/currentadverts2.aspx
For the attention of: Linda Sharp
SO14 7FP Southampton
UNITED KINGDOM
Telephone: +44 2392832471
E-mail: linda.x.sharp@southampton.gov.uk
Internet address(es):
General address of the contracting authority: www.southampton.gov.uk/supplysouthampton
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)
Public order and safety
Environment
Housing and community amenities
Social protection
Recreation, culture and religion
Education
Section II: Object of the contract
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Southampton
NUTS code UKJ32
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 5 500 000 GBP
The Contract will cover the Council’s entire portfolio of approximately 160 lifts which are located in a variety of Council properties, which includes the Council’s residential and commercial stock. The majority of lifts are passenger/goods lifts serving buildings ranging from 2 to 25 storeys high. There are also a number of service lifts, platform hoists, stair lifts and patient hoists.
The successful contractor will be required to strictly comply with all lift safety standards, regulations and Council’s standard documentation. The successful contractor will also be required to work closely with the Council to ensure that the Council is aware at all times of all relevant events relating to its lift installations. The services will need to take due account of the sustainability agenda.
The replacement/refurbishment works are incidental to the maintenance service.
50750000, 45313100
Estimated value excluding VAT: 5 500 000 GBP
Description of these options: The option is that the contract will either be 5 + 1 + 1 years or 3 + 1 + 1 + 1 + 1.
SCC will use the following methodology for determine which contract term option is selected:
SCC will carry out separate evaluations for both contract term options respectively in accordance with the selection criteria and determine two leading bids for each of the contract term options.
SCC will only select 5 + 1 + 1 contract term option when the following conditions are met:
1. The annual price for the Planned Maintenance offered by the leading bid of 5 + 1 + 1 option is less by in excess of 2 % than that offered by the leading bid of 3 + 1 + 1 + 1 + 1 option, and;
2. The total annual cost for the Planned Maintenance for the longer term should not exceed 107 000 GBP,
Otherwise 3 + 1 + 1 + 1 + 1 contract term option will be selected.
Section III: Legal, economic, financial and technical information
If the contract is awarded to a consortium, joint venture or alliance, applicants will be required to contract with joint and several liability under English Law and either nominate a prime contractor with whom the contracting authority can contract and to whom all communication will be addressed or to form themselves into a single legal entity before the contract is awarded.
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire.
In accordance with Articles 48 to 50 of Directive 2004/18 EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the Pre- Qualification Questionnaire.
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification questionnaire.
Section VI: Complementary information
Estimated timing for further notices to be published: Aug 2016, 2017 2018 or 2019 depending on extensions.
The number of firms to be invited to tender indicated in section IV.1.2 is the estimated minimum per Lot.
Freedom of Information – Applicants are advised that Southampton City Council is subject to the Freedom of Information Act 2000 (‘The Act’). If an applicant considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. Southampton City Council shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
Southampton City Council shall not be responsible for any costs, charges or expenses incurred by applicants or tenderers and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
Whilst every effort has been made to consider the full scope of the requirement the Council does not guarantee the volume of supplies/service/works required resulting from this tender or that it will accept any tender on completion of the tender exercise.
Southampton City Council reserves the right not to award all or any part of this contract.
All dates and time periods specified in this notice are only provisional and Southampton City Council reserves the right to change these.
Tender documents or notice of non-acceptance, as appropriate, will be sent to all applicants.
The Contracting Authority may be subject to governmental codes of practice or guidance relating to a transparency agenda, including the policy of publishing contracts and all other documents relating to public procurement activity, such as for example the December 2010 document ‘Transparency – Publication of New Central Government Contracts’. Accordingly and notwithstanding any other provision within this notice, it should be noted that the Contracting Authority will publish any documents relating to the procurement and subsequent contract award resulting from this notice (but with any information which is exempt from disclosure in accordance with the provisions of the FOIA redacted) in accordance with the aforementioned governmental transparency agenda.
When executing the contract within the United Kingdom, the successful supplier will be required to comply with the recommendations of the Code of Practice for Employment, published by the Equalities and Human Rights Commission. The suppliers will also be required to comply with the requirements of the Equality Act 2010. Further information on the Council’s requirements on the aforementioned will be included in the invitation to tender documents.
VI.5)Date of dispatch of this notice:13.9.2013