Lift Maintenance Service for City of London Corporation
The City of London Corporation is currently retendering the lift maintenance service provision across a number of property portfolios.
United Kingdom-London: Lift-maintenance services
2018/S 182-412420
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Guildhall
London
EC2P 2EJ
United Kingdom
Telephone: +44 2076063030
E-mail: Jade.marjurum@cityoflondon.gov.uk
NUTS code: UKI
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Lift Maintenance Service
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The City of London Corporation is currently retendering the lift maintenance service provision across a number of property portfolios, which include the following requirements/lots detailed below:
— Lot 1: Corporate Property Portfolio,
— Lot 2: Millennium Inclinator,
— Lot 3: Residential Portfolio.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lift Maintenance Service — Corporate
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The City of London is tendering the provision of a Lift maintenance and service contract for its Corporate portfolio; this includes a diverse range of lifts in respect of both manufacturer, use and location. The contract makes provision for both a Planned Preventive Maintenance (PPM) schedule and a reactive maintenance service. There is also requirement to provide and include for a 24 hour emergency call out and monitoring service.
The Corporate estate is compromised of office buildings, public buildings and iconic venues within the City of London with cultural and historical significance these include: Guildhall, Tower Bridge, Barbican Centre, Central Criminal Court (Old Bailey) and Markets (such as Smithfield and Billingsgate). The lifts serving these sites are predominantly passenger lifts but goods lifts may also feature; another distinguishing factor is that the lifts provide a service to employees of the City of London Corporation, tenants of the City of London Corporation and the public i.e. Barbican Centre.
The contract is designed to provide a fixed price element in respect of PPM and a variable cost in relation to reactive repairs driven by demand but accountable to a defined schedule of rates.
The KPIs within the contract illustrate the importance of the service provided and as such a bonus retention scheme is utilised to encourage sustained performance and continuous improvement in a collaborative relationship between the client and contractor.
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.2.1)Title:
Millennium Inclinator
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The City of London is tendering the provision of a lift maintenance and service contract for the Millennium Inclinator which is a Hütter Incline Lift (it is positioned on the North Bank of the River Thames adjacent to the Millennium Bridge). The contract makes provision for both a Planned Preventive Maintenance (PPM) schedule and a reactive maintenance service. There is also requirement to provide and include for a 24 hour emergency call out and monitoring service.
The lift is a public access lift located in a prime tourist location within the City of London whilst also serving as a means of transportation for those working within the City and for people requiring access assistance. The lift was subject to refurbishment in 2012.
The contract is designed to provide a fixed price element in respect of PPM and a variable cost in relation to reactive repairs driven by demand but accountable to a defined schedule of rates.
The KPIs within the contract illustrate the importance of the service provided and as such a bonus retention scheme is utilised to encourage sustained performance and continuous improvement in a collaborative relationship between the client and contractor.
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.2.1)Title:
Residential
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The City of London has seventy one low to medium rise passenger lifts and nine high rise passenger lifts on the Barbican Estate along with one platform lift and now seeks competitive tenders for the undertaking of works that shall generally be encompassed by a five year fully comprehensive maintenance contract,, wherein, for a determined all-inclusive prices as set out in the Tender Return and Pricing Schedules, the Contractor shall undertake all maintenance, repairs and replacements necessary to give continuity of service to Barbican Estate residents and visitors and to provide and include for a 24 hour emergency call out and monitoring service.
City of London Housing Estates
The City of London has forty Five low, medium and high rise passenger lifts on the housing estates and three platform lifts, and seeks competitive tenders for the undertaking of works that shall generally be encompassed by a five year fully comprehensive maintenance Contract, wherein, for a determined all inclusive price as set out in Tender return and Pricing schedules, the Contractor shall undertake all maintenance, repairs and replacements necessary to give continuity of service to the City’s residents and visitors and to provide and include for a 24 hour emergency call out service. Contractors should take note that the lifts detailed in the pricing schedule and asset register are in various London Boroughs.
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
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
This tendering exercise is being undertaken using the electronic tendering system “CapitaleSourcing” (url:www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore 730 490,00 GBP.
VI.4.1)Review body
Royal Courts of Justice, The Strand
London
WC1A 1LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, The Strand
London
WC1A 1LL
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Royal Courts of Justice, The Strand
London
WC1A 1LL
United Kingdom
VI.5)Date of dispatch of this notice: