Lift Maintenance Services Tender London
Disabled Access Equipment and Passenger Lifts Maintenance and Call Out Repair Contracts.
UK-London: Lift-maintenance services
2013/S 009-010970
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London and Quadrant Housing Trust (L&Q)
One Kings Hall Mews, Lewisham
Contact point(s): Procurement
For the attention of: n/a
SE13 5JQ London
UNITED KINGDOM
Telephone: +44 8444069000
Internet address(es):
General address of the contracting authority: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=92975
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0209
Further information can be obtained from: Baily Garner LLP
146-148 Eltham Hill
For the attention of: Duncan Cameron
SE9 5DY London
UNITED KINGDOM
Telephone: +44 2082941000
Internet address: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=92975
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Baily Garner LLP
146-148 Eltham Hill
For the attention of: Duncan Cameron
SE9 5DY London
UNITED KINGDOM
Telephone: +44 2082941000
Internet address: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=92975
Tenders or requests to participate must be sent to: Baily Garner LLP
146-148 Eltham Hill
For the attention of: Duncan Cameron
SE9 5DY London
UNITED KINGDOM
Telephone: +44 2082941000
Internet address: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=92975
Other: Registered Social Landlord
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: London Boroughs and Counties.
NUTS code UKI
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=92975
The awarding authority has indicated that it will accept electronic responses to this notice via a ‘Tender Submission Postbox’ facility. Further details of this facility are available at http://www.myTenders.org/PostBox/Postbox_Explain.aspx?ID=92975
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
50750000
Tenders may be submitted for one or more lots
Estimated value excluding VAT:
Range: between 2 467 000 and 3 037 100 GBP
Description of these options: Duration of each contract is 3 years and may be extended up to 5 years subject to successful performance reviews each year after the original contract period.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
Information about lots
Lot No: 2 Lot title: Disabled Access
50750000
Estimated value excluding VAT:
Range: between 271 125 and 343 425 GBP
50750000
Estimated value excluding VAT:
Range: between 731 250 and 893 750 GBP
50750000
Estimated value excluding VAT:
Range: between 607 500 and 742 500 GBP
50750000
Estimated value excluding VAT:
Range: between 249 625 and 314 925 GBP
50750000
Estimated value excluding VAT:
Range: between 607 500 and 742 500 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: Performance KPIs.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(4) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(5) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(6) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(7) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(8) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(9) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(10) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Refer to the pre-qualification questionaire for the relevant requirements.
Section VI: Complementary information
Economic Operators should note that ALL requests for documentation, queries and submissions must be made via www.mytenders.co.uk no other forms of communication or submission will be accepted. All requests, queries and submissions will be treated confidentially.
Economic Operators should further note that submission may only be made electronically via the Postbox facility available on mytenders.co.uk
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=92975
The awarding authority has indicated that it will accept electronic responses to this notice via a “Tender Submission Postbox” facility. Further details of this facility are available at
http://www.mytenders.org/Postbox/Postbox_Explain.aspx?ID=92975
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.Applicants should address any technical queries or problems relating to the “Tender Submission Postbox” facility directly to myTenders.
(MT Ref:92975)
(MT Ref:92975)
Royal Courts of Justice
The Strand
WC2 2LL London
UNITED KINGDOM
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:9.1.2013