Lift Maintenance Services Northern Ireland
The Contract Authority intends to award comprehensive Lift Maintenance, Repair and Emergency Call out Service Contract for it’s lift stock throughout Northern Ireland.
United Kingdom-Belfast: Lift-maintenance services
2014/S 204-361710
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Helm Housing Ltd
Helm House 38-52 Lisburn Road
For the attention of: Leeann Vincent
BT9 6AA Belfast
UNITED KINGDOM
Telephone: +44 2890320485
E-mail: l.vincent@helmhousing.org
Internet address(es):
General address of the contracting authority: http://www.helmhousing.org
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: Northern Ireland.
NUTS code
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)
II.1.6)Common procurement vocabulary (CPV)
50750000, 45313100
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:
The number of units to be maintained will vary over time and the Association will reserve the right to remove properties from the schedule of requirements. Properties will also be added to the Contract as the come out of their 12 months defect period. No guarantee can be given to any minimum number of properties requiring services during the Term of the Contract. The Service will occur across a variety of property types including general needs, sheltered and care homes sectors and office accommodation across Northern Ireland.
The Core services will include the General Maintenance, Repair and Servicing of approximately 90 Passenger Lifts, these Services have an estimated annual value of 194 000 per annum. Helm Housing Ltd will also be including for Optional Lift Replacement Work with an estimated value of approximately GBP 120 000 per annum.
The Contract period will be a maximum of 7 years. The initial Contract period will be for 3 years (subject to performance reviews) with 2 possible extensions of 2 years each at the Contracting Authority’s sole discretion.
Estimated value excluding VAT:
Range: between 942 000 and 2 198 000 GBP
II.2.2)Information about options
Description of these options: The Contract will be for an initial 3 year period and can be extended thereafter at the sole discretion of the Contracting Authority up to a further 4 years (i.e. 2 potential extensions of 2 years each). Therefore, the maximum period of the Contract is 7 years. Throughout the duration of the Contract, it will be subject to regular monthly, quaterly and yearly performance reviews and the continuation of the Contract at any time during its term will be dependent on satisfactory performance by the Economic Operator. The Contract will also contain a break provision which may be exercised by either party subject to giving the period of notice stipulated in 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:
Economic operators forming a consortium will be expected to commit to joint and several liability. The Contracting Authority may require collateral warranties, parent company guarantees and/or performance bonds, as applicable, to be entered into by other involved economic operators.
The Contracting Authority may wish to explore, during the term of the Contract, the practicalities of developing a joint venture partnering arrangement with the economic operator. The joint venture arrangement may take the form of a company or a limited liability partnership in which the Contracting Authority and the economic operator each have an interest.
III.1.4)Other particular conditions
Description of particular conditions: Details of any conditions will be set out in the tender documents. 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
Information and formalities necessary for evaluating if the requirements are met: Conditions for participation in the competition are set out in detail in the memorandum of information and pre-qualification questionnaire. The economic operator and/or members of the consortium must meet the requirements set out in Regulation 23 of the Public Contracts Regulations 2006. The memorandum of information and applicable pre-qualification questionnaire are available for download from www.helmhousing.org
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Evidence must be provided to demonstrate that the Economic Operator and/or members of the consortium have the financial and economic standing required for the contract under Regulation 24 of the Public Contracts Regulations 2006.
Minimum level(s) of standards possibly required: Comply with the requirements of the appropriate section in the application pre-qualification questionnaire and memorandum of information. The memoradum of information and applicable pre-qualification questionnaire are available for download from www.helmhousing.org
III.2.3)Technical capacity
Economic Operators and/or members of the consortium are required to complete the appropriate section in the applicable pre-qualification questionnaire (PQQ1) (please refer to the memorandum of information for further information), as to their technical capacity in accordance with the provisions of EC Directive 2004/18/EC and in accordance with Regulation 25 of the Public Contracts Regulations 2006.
The applicable memorandum of information and pre-qualification questionnaire are available for download from www.helmhousing.org
Minimum level(s) of standards possibly required:
In particular and without prejudice, to the generality of he foregoing the economic operator and/or members of the consortium is required to comply with the requirements of the applicable memorandum of information and pre-qualification questionnaire (PQQ1).
III.3.1)Information about a particular profession
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
Envisaged minimum number 6
Objective criteria for choosing the limited number of candidates: The objective criteria for choosing the limited number of economic operators (economic and financial standing, technical and professional ability) will be detailed in the applicable memorandum of information and pre-qualification questionnaire, which can be downloaded from www.helmhousing.org Where there is a tie for 6thplace, then all Economic Operators in 6th place will be invited to tender. For the purposes of this exercise a tie for 6th place is deemed to occur where two or more Economic Operators have identical scores or a score within 5 marks (out of a score of 100) of the 6th place score.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
All documentation including the memorandum of information and pre-qualification questionnaires can be downloaded from www.helmhousing.org. The cost of responding to the pre-qualification questionnaire and any subsequent invitation to tender and participation in the project will be bourne soley by each economic operator participating.
Economic Operators should note that Helm reserves the right to cancel this procurement process at any stage without reason or cost reimbursement. Any expenditure, work or effort undertaken prior to the contract award is at the sole risk of the Economic Operator participating in this procurement process.
VI.4.1)Body responsible for appeal procedures
The High Court, Royal Courts of Justice
Chichester Street
BT1 3JF Belfast
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: