Lift Maintenance Services Portsmouth
First Wessex Lift Servicing and Maintenance.
UK-Portsmouth: Lift maintenance services
2013/S 094-160353
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
First Wessex
FWPS, First Wessex, Peninsula House, Wharf Road
Contact point(s): www.housingprocurement.com
PO2 8HB Portsmouth
UNITED KINGDOM
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
First Wessex Lift Servicing and Maintenance
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Hampsire;
Portsmouth
Aldershot
Eastleigh
NUTS code UKJ
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Hampsire;
Portsmouth
Aldershot
Eastleigh
NUTS code UKJ
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
First Wessex is seeking a suitably qualified and experienced contractor to undertake servicing and maintenance for approx. 115 passenger lifts managed by First Wessex.
The contract will cover, but is not limited to;
1. All technical and associated administrative actions intended to maintain the lifts in a condition where they can perform their required function
2. 6 programmed maintenance visits per lift per annum
3. All lighting associated with the lifts, lift well, lift machine room and lift car enclosure
4. Maintenance of intercom or telephone system equipment
5. A 2 hour response time during normal working hours to include a 30 minute target time for entrapments
Companies applying for this tender should have experience managing large number of lifts and be able to work accross our 3 geogrphical areas – Portsmouth, Eastleigh and Aldershot in the time scales required.
To register your interest and find out more information please visit www.housingprocurement.com.
The contract will cover, but is not limited to;
1. All technical and associated administrative actions intended to maintain the lifts in a condition where they can perform their required function
2. 6 programmed maintenance visits per lift per annum
3. All lighting associated with the lifts, lift well, lift machine room and lift car enclosure
4. Maintenance of intercom or telephone system equipment
5. A 2 hour response time during normal working hours to include a 30 minute target time for entrapments
Companies applying for this tender should have experience managing large number of lifts and be able to work accross our 3 geogrphical areas – Portsmouth, Eastleigh and Aldershot in the time scales required.
To register your interest and find out more information please visit www.housingprocurement.com.
II.1.6)Common procurement vocabulary (CPV)
50750000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
To maintain and provide a call out service to approx. 115 passenger lifts accross North and South Hampshire.
Estimated value excluding VAT: 625 000 GBP
Estimated value excluding VAT: 625 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: A 3 year contract with the option to extend a further 2 years.
Description of these options: A 3 year contract with the option to extend a further 2 years.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
First Wessex reserves the right to require Performance Guarantee Bonds and/or Parent Company Guarantees. Detailed requirements to be provided in the Prequalification Questionnaire and/or Invitation to Tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details to be included, if applicable, in the draft contract documentation supplied with the Prequalification Questionnaire and/or Invitation to tender
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Where a consortium or other grouping of suppliers submits a joint bid, such consortia or grouping must nominate a lead organisation to deal with First Wessex on all matters relating to the Contract Agreement. All consortium members or grouping will be required to be jointly and severally liable in respect to the obligations and liabilities relating to the Contract Agreement. Where a consortium chooses instead to nominate a contracting party from among their number with the other members acting as subcontractors, this must be made clear in their bid. The contracting party will be entirely responsible for all matters relating to the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details to be provided in the Invitation to Tender
Description of particular conditions: Details to be provided in the Invitation to Tender
III.2)Conditions for participation
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: Information and formalities necessary for evaluating if requirements are met:
The Prequalification Questionnaire will contain full details of selection criteria and relative importance.
The Prequalification Questionnaire will contain full details of selection criteria and relative importance.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met:
The Prequalification Questionnaire will contain full details of selection.
criteria and relative importance
Minimum level(s) of standards possibly required: The Prequalification Questionnaire will contain full details of selection criteria and relative importance.
The Prequalification Questionnaire will contain full details of selection.
criteria and relative importance
Minimum level(s) of standards possibly required: The Prequalification Questionnaire will contain full details of selection criteria and relative importance.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if requirements are met:
The Prequalification Questionnaire will contain full details of selection.
criteria and relative importance
Minimum level(s) of standards possibly required:
The Prequalification Questionnaire will contain full details of selection criteria and relative importance.
Information and formalities necessary for evaluating if requirements are met:
The Prequalification Questionnaire will contain full details of selection.
criteria and relative importance
Minimum level(s) of standards possibly required:
The Prequalification Questionnaire will contain full details of selection criteria and relative importance.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 10
Objective criteria for choosing the limited number of candidates: The Prequalification Questionnaire gives details of the selection criteria and relative importance.
Objective criteria for choosing the limited number of candidates: The Prequalification Questionnaire gives details of the selection criteria and relative importance.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DNWD-97NDKS.
IV.3.2)Previous publication(s) concerning the same contract
no
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
28.7.2013 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2006 (as amended 2009) available at http://www.legislation.gov.uk/.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:14.5.2013