Nationwide Lift Servicing Tender
The successful tenderer will be required to provide servicing of all lifts at The Abbeyfield Society.
United Kingdom-St Albans: Lift-maintenance services
2016/S 162-292445
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
St Peter’s House, 2 Bricket Road
St Albans
AL1 3JW
United Kingdom
Contact person: The Litmus Partnership Ltd
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKH23
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Tender for Lift Servicing – The Abbeyfield Society.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The successful tenderer will be required to provide servicing of all lifts at The Abbeyfield Society. The equipment consists of passenger lifts, stair lifts, patient hoists, bath hoists etc.
The Abbeyfield Society is a charity whose mission is to provide the best service of care and housing for their residents, and to be a champion for older people.
The requirement is for the servicing of all lifts at approximately 133 properties across the UK.
II.1.5)Estimated total value
II.1.6)Information about lots
The Abbeyfield Society reserves the right to award all, part or none of the group contract(s) as is deemed appropriate during the process.
II.2.1)Title:
Lot 1 — North
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Nottinghamshire,
Manchester,
Cheshire,
Yorkshire,
Lancashire,
Cumbria,
Northumberland,
Staffordshire,
Lincolnshire,
Merseyside,
United Kingdom.
II.2.4)Description of the procurement:
The requirement is for the servicing of all lifts at approximately 133 properties across the UK. Properties are split across 3 divisions; North, East and West, and equivalent Lots will be offered for the purpose of this tender. Interested parties may bid for all Lots or any combination of Lots.
Dependent upon group expansion further sites may become part of the process.
All works must be undertaken to comply with all applicable legislation.
Contract value is approximately 450 000 GBP, broken down into: North 150 000 GBP; West 150 000 GBP; East 150 000 GBP.
3 year contract, commencing 16.12.2016.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 — East
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Hertfordshire,
Buckinghamshire,
Middlesex,
Suffolk,
Norfolk,
Kent,
London,
Essex,
Oxfordshire,
United Kingdom.
II.2.4)Description of the procurement:
The requirement is for the servicing of all lifts at approximately 133 properties across the UK. Properties are split across 3 divisions; North, East and West, and equivalent Lots will be offered for the purpose of this tender. Interested parties may bid for all Lots or any combination of Lots.
Dependent upon group expansion further sites may become part of the process.
All works must be undertaken to comply with all applicable legislation.
Contract value is approximately 450 000 GBP broken down into: North 150 000 GBP; West 150 000 GBP; East 150 000 GBP.
3 year contract, commencing 16.12.2016.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3 — West
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Devon,
Cornwall,
Somerset,
Hampshire,
Warwickshire,
Gloucestershire,
West Midlands,
United Kingdom.
II.2.4)Description of the procurement:
The requirement is for the servicing of all lifts at approximately 133 properties across the UK. Properties are split across 3 divisions; North, East and West, and equivalent Lots will be offered for the purpose of this tender. Interested parties may bid for all Lots or any combination of Lots.
Dependent upon group expansion further sites may become part of the process.
All works must be undertaken to comply with all applicable legislation.
Contract value is approximately 450 000 GBP, broken down into: North 150 000 GBP; West 150 000 GBP; East 150 000 GBP.
3 year contract, commencing 16.12.2016.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
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:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Interest in the pre-qualification process should be expressed via email only to pqq@litmuspartnership.co.uk clearly stating within this email which contract / notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.
The pre-qualification questionnaire and associated documents can be obtained at: http://www.litmuspartnership.co.uk/project/the_abbeyfield_society
The closing date for receipt of the Pre-Qualification Questionnaire is 23.9.2016 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
Documents in respect of economic / financial standing (where indicated in the Pre-Qualification Questionnaire) shall be returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
It will be the Tenderer’s responsibility to obtain any necessary documents in order to submit a response by the closing date and time.
The contracting authority reserves the right not to award any or part of the contract which is the subject of this OJEU notice and reserves the right to terminate the procurement process at any time.
The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
VI.4.1)Review body
St Albans
United Kingdom
VI.4.2)Body responsible for mediation procedures
St Albans
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
St Albans
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Elevator Maintenance Tender Devon
Lift Modernisation Bedfordshire