Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Bristol City Council
The Council House, College Green
Contact point(s): Strategic Commissioning & Procurement Services
For the attention of: Mr J Thompson
BS1 5TR Bristol
UNITED KINGDOM
Telephone: +44 1173525565
E-mail: john.thompson@bristol.gov.uk
Fax: +44 1179037463
Internet address(es):
General address of the contracting authority: www.bristol.gov.uk
Address of the buyer profile: https://www.proactisplaza.com
Electronic access to information: https://www.proactisplaza.com/supplierportal
Electronic submission of tenders and requests to participate: https://www.proactisplaza.com/supplierportal – REQD1000205
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
Regional or local authority
I.3)Main activity
General public services
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:
Lift installation framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
NUTS code UKK11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 8
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 4 000 000 and 6 350 000 GBP
II.1.5)Short description of the contract or purchase(s)
Lift installation work. Lifts. Parts of lifts. Mechanical lifts. Parts of winding gear and other lifting or handling equipment. Initial expressions of interest are invited from applicants wishing to be considered for a place on the new 4-year lift installation framework to carry out the major modernization to passenger lift installations located in Bristol City Council high-rise-residential multi – storey blocks; corporate buildings; and elderly persons accommodation where the efficiency and service provision of the current installations have become compromised.
II.1.6)Common procurement vocabulary (CPV)
45313100, 42416100, 42419510, 42416130, 42419900
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for all 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:
Initial expressions of interest are invited from applicants wishing to be considered for a place on the new 4-year lift installation framework to carry out the major modernization to passenger lift installations located in Bristol City Council high-rise-residential multi – storey blocks; corporate buildings; and elderly persons accommodation where the efficiency and service provision of the current installations have become compromised.
The works generally comprises the major modernization of traction, electric passenger lifts, of various manufacture but could include hydraulic lifts in some locations.
The applicant will provide all materials, plant equipment, labour etc.
Estimated value excluding VAT:
Range: between 4 000 000 and 6 350 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Hi-rise corporate & residential buildings
1)Short description
Lot 1 will consist of traction/electric passenger lifts to single modernization projects located in hi-rise corporate and residential buildings with seven floors or more.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
The modernization works will require the tenderer to maintain and repair all the lifts to an individual site as a part of any “call off” contract during the modernization period as well as the defect periods (approximately an 18 month period).
The tenderer will be required to attend to lift breakdowns 24 hours a day, 365 days a year (including all bank holidays). The tenderer will be required to attend site within a 30 minute period to ensure Landlord Services meets its own service level agreement with its tenants.
The above will be included as a clause within any “call off” contracts and the tenderer will be required to provide a detailed method statement on how they will meet such a condition. The method statement will include information about their call centre and how they intend to respond to any call and attend site within 30 minutes. The method statement will become a part of the individual contract documents.
Estimated value excluding VAT:
Range: between 4 000 000 and 6 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot 1 – Hi- rise corporate and residential buildings – up to seven applicants for the second stage of this restricted tender process with up to four contractors for the framework.
Lot No: 2 Lot title: Low to medium rise corporate and residential buildings
1)Short description
Lot 2 will consist of traction, electric and hydraulic passenger lifts for single modernization projects located in low to medium rise corporate and residential buildings up to seven floors. Currently the proposed programme consists of mainly elderly persons homes.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
The modernization works will require the tenderer to maintain and repair all the lifts to an individual site as a part of any “call off” contract during the modernization period as well as the defect periods (approximately an 18 month period).
The tenderer will be required to attend to lift breakdowns 24 hours a day, 365 days a year (including all Bank Holidays). The tenderer will be required to attend site within a 30 minute period to ensure Landlord Services meets its own service level agreement with its tenants.
The above will be included as a clause within any “call off” contracts and the tenderer will be required to provide a detailed method statement on how they will meet such a condition. The method statement will include information about their Call Centre and how they intend to respond to any call and attend site within 30 minutes. The method statement will become a part of the individual contract documents.
Estimated value excluding VAT:
Range: between 50 000 and 250 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Low to medium rise corporate and residential buildings – up to 7 applicants for the second stage of this restricted tender process with up to four contractors for the framework.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Authority reserves the right to request deposits, parent company guarantees, bonds or other forms of appropriate security relevant and proportionate to the contract value. Further details will be given in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Bristol City council standard form of conditions for payment.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Authority reserves the right to require grouping contractors to take a particular form or to require a single contractor to take a primary liability or to require that each contractor undertakes joint or several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As specified in the invitation to tender document.
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: In accordance with Regulation 23 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire and selection documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Regulation 24 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire and selection documents.
Minimum level(s) of standards possibly required: Applicants should be able to demonstrate financial stability and an acceptable level of risk, for each lot, based upon the financial assessment criteria published in the pre-qualification questionnaire and selection documents. Applicants should also be able to demonstrate the availability of financial resources appropriate to such an undertaking allowing for its value and duration and be able to provide public and employers liability insurance at 5 000 000 GBP and 10 000 000 GBP respectively and professional insurance at 2 000 000 GBP. Applicants must provide a minimum of 2 years full sets of accounts for their and any ultimate parent company. Applicant must be willing to enter into contracts that contain liquidated damage clauses. Full sets of standards are set out in the pre-qualification questionnaire and selection documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Regulation 25 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire and selection documents.
Minimum level(s) of standards possibly required:
Compliance with EU and UK Procurement legislation. Organisation details, relevant technical capability and experience. Satisfactory health & safety, equal, quality assurance, sub-contractors and sustainability policies, business continuity arrangements, consortia details, memorandum of association, accreditation registration and certificates and technical references. Full sets of standards are set out in the pre-qualification questionnaire and selection documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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 7: and maximum number 14
Objective criteria for choosing the limited number of candidates: Full sets of standards are set out in the pre-qualification questionnaire and selection documents. However, the criteria includes evaluation of the business continuity plan, sustainability / environmental considerations, contractual disputes, technical references and technical experience.
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:
Proactis Ref No:REQD1000205
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
24.4.2012 – 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
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
VI.4.3)Service from which information about the lodging of appeals may be obtained