GSTT - Essentia: Lift maintenance services

  GSTT - Essentia has published this notice through Delta eSourcing

Notice Summary
Title: Lift maintenance services
Notice type: Contract Notice
Authority: GSTT - Essentia
Nature of contract: Services
Procedure: Restricted
Short Description: . King’s College Hospital NHS Foundation Trust is seeking expressions of interest from Service Providers who have a proven track record in managing the following Services (inter alia): — Regular servicing of the passenger, goods, wheelchair and dumbwaiter lifts. — Regular and reliable servicing of lifts in accordance with a planned maintenance schedule. — Prompt response to emergency call outs, both during and outside of normal working hours, which may require passenger release, repairs or other urgent attention. — Compliance works including prompt corrective action for defects identified from the reports of thorough examination of Lifts under the lifting operations and lifting equipment regulations. To obtain further details please follow the instructions in the additional information section to register and download the Tender Prospectus and PQQ.
Published: 11/07/2014 16:56

View Full Notice

UK-London: Repair and maintenance services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      King's College Hospital NHS Foundation Trust
      Essentia Trading, 2nd Floor, 200 Great Dover Street, London, SE1 4YB, United Kingdom
      Tel. +44 2071889818, Email: jason.stanton@gstt.nhs.uk, URL: http://www.essentia.uk.com
      Attn: Mr Jason Stanton

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      General Public Services
      Health

   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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Lift maintenance services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Repair and maintenance services. Lift-maintenance services. Lift and escalator installation work. .

King’s College Hospital NHS Foundation Trust is seeking expressions of interest from Service Providers who have a proven track record in managing the following Services (inter alia):
— Regular servicing of the passenger, goods, wheelchair and dumbwaiter lifts.
— Regular and reliable servicing of lifts in accordance with a planned maintenance schedule.
— Prompt response to emergency call outs, both during and outside of normal working hours, which may require passenger release, repairs or other urgent attention.
— Compliance works including prompt corrective action for defects identified from the reports of thorough examination of Lifts under the lifting operations and lifting equipment regulations.

To obtain further details please follow the instructions in the additional information section to register and download the Tender Prospectus and PQQ.
         
      II.1.6)Common Procurement Vocabulary:
         50000000 - Repair and maintenance services.
         
         50750000 - Lift-maintenance services.
         
         45313000 - Lift and escalator installation work.
         

      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: No
      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:
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 280,000 and 750,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 2
                            
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Please refer to the criteria in the PQQ
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Please refer to the criteria in the PQQ
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Please refer to the criteria in the PQQ
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Please refer to the criteria in the PQQ      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Please refer to the criteria in the PQQ      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         Please refer to the criteria in the PQQ         
         Minimum Level(s) of standards possibly required:
         Please refer to the criteria in the PQQ
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         Please refer to the criteria in the PQQ         
         Minimum Level(s) of standards possibly required:
         Please refer to the criteria in the PQQ      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service 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: No
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: 3 and maximum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         Please refer to the criteria in the Tender Prospectus   
   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: ETL002 -KCH Lift Maintenance Services      
      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
         Date: 12/08/2014
         Time: 10:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender..

Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following Access Code: 287HB9V8FN.

Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 12/08/2014 by 10:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=104944494
GO-2014711-PRO-5806970 TKR-2014711-PRO-5806969
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Essentia Trading
      C/o Guy's & St Thomas' NHS Foundation Trust, 2nd Floor, 200 Great Dover Street, London, SE1 4YB, United Kingdom
      Tel. +44 2071887188

      Body responsible for mediation procedures:
               Essentia Trading
         C/o Guy's & St Thomas' NHS Foundation Trust, 2nd Floor, 200 Great Dover Street, London, SE1 4YB, United Kingdom
         Tel. +44 2071887188

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Essentia Trading
      C/o Guy's & St Thomas' NHS Foundation Trust, 2nd Floor, 200 Great Dover Street, London, SE1 4YB, United Kingdom
      Tel. +44 2071887188

   VI.5) Date Of Dispatch Of This Notice: 11/07/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Repair and maintenance services.

Section I: Contracting Authority
   Title: UK-London: Repair and maintenance services.
   I.1)Name, Addresses and Contact Point(s):
      King's College Hospital NHS Foundation Trust
      Essentia Trading, 2nd Floor, 200 Great Dover Street, London, SE1 4YB, United Kingdom
      Tel. +44 2071886000, Email: michelle.hartin@essentia.uk.com, URL: http://www.essentia.uk.com
      Attn: Ms Michelle Hartin

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Health

   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 maintenance services      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 1
         
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Repair and maintenance services. Lift-maintenance services. Lift and escalator installation work. .

King’s College Hospital NHS Foundation Trust has appointed a Service Provider who have a proven track record in managing the following Services (inter alia):
— Regular servicing of the passenger, goods, wheelchair and dumbwaiter lifts.
— Regular and reliable servicing of lifts in accordance with a planned maintenance schedule.
— Prompt response to emergency call outs, both during and outside of normal working hours, which may require passenger release, repairs or other urgent attention.
— Compliance works including prompt corrective action for defects identified from the reports of thorough examination of Lifts under the lifting operations and lifting equipment regulations.
      II.1.5)Common procurement vocabulary:
         50000000 - Repair and maintenance services.
         50750000 - Lift-maintenance services.
         45313000 - Lift and escalator installation work.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Service Quality - 25
         Management Capability & Risk Mitigation - 25
         Operational Capability / Innovation & Sustainability - 25
         Commercials - 25
         
      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: ETL002 -KCH Lift Maintenance Services         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: ETL0002

      V.1)Date Of Contract Award: 08/06/2015      
      V.2) Information About Offers
         Number Of Offers Received: 2          
         Number Of Offers Received By Electronic Means: 2       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Liftec Lifts Limited
         Postal address: Unit 7, Orbital One, Green Street Green Road
         Town: Dartford
         Postal code: DA1 1QG
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=144966371
GO-2015625-PRO-6718798 TKR-2015625-PRO-6718797   
   VI.3.1)Body responsible for appeal procedures:
      Essentia Trading
      C/o Guy's & St Thomas' NHS Foundation Trust, 2nd Floor, 200 Great Dover Street, London, SE1 4YB, United Kingdom
      Tel. +44 2071886000

      Body responsible for mediation procedures:
         Essentia Trading
         C/o Guy's & St Thomas' NHS Foundation Trust, 2nd Floor, 200 Great Dover Street, London, SE1 4YB, United Kingdom
         Tel. +44 2071886000
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Essentia Trading
      C/o Guy's & St Thomas' NHS Foundation Trust, 2nd Floor, 200 Great Dover Street, London, SE1 4YB, United Kingdom
      Tel. +44 2071886000
   
   VI.4)Date Of Dispatch Of This Notice: 25/06/2015