University of Essex has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Lift & Hoist Maintenance |
Notice type: | Contract Notice |
Authority: | University of Essex |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Planned Maintenance, daily reactive maintenance, site attendance, insurance surveys, adjusting, setting up, load testing, part examination and repair of all Lifts and Hoist within the University of Essex Colchester Campus. |
Published: | 30/04/2013 17:33 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
University of Essex
Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
Tel. +44 1206872068, Email: procure@essex.ac.uk, URL: www.essex.ac.uk, URL: www.essex.ac.uk/purchasing
Contact: Central Procurement Unit, Attn: Adrian Woodmore
Electronic Access URL: https://www.delta-esourcing.com
Electronic Submission URL: https://www.delta-esourcing.com
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:
Education
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 & Hoist Maintenance
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1
Region Codes: UKH3 - Essex
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:
Lift-maintenance services. Planned Maintenance, daily reactive maintenance, site attendance, insurance surveys, adjusting, setting up, load testing, part examination and repair of all Lifts and Hoist within the University of Essex Colchester Campus.
II.1.6)Common Procurement Vocabulary:
50750000 - Lift-maintenance services.
IA23-5 - Overhaul and repair
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:
All lifts and Hoists on the Colchester Campus including the Paternoster Travelator in the Library
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/09/2013
Completion: 31/07/2016
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:
The University reserves the right to request deposits and guarantees where required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed within the documents
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Grouped or Consortia bidders will be required to be jointly and severally liable to the University. The University reserves the right to request a single legal form.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Any lead bidder must agree to be fully responsible for all work undertaken by the sub-contractor or consortium member throughout the duration of the contract and any bid will be made with the unreserved acceptance of that condition. TUPE applies to this Contract and the winning bidder will have to organise the TUPE process with the incumbent Supplier where necessary and applicable.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
As detailed within the documents.
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:
The University will conduct a variety of financial tests to ascertain financial stability of which the details will be contained within the PQQ document. These may include liquidity and gearing analysis over the past 3 years. This will also apply for the duration of the contract and for any sub-contractors or consortium members.
Minimum Level(s) of standards possibly required:
The bidder and their partners or sub-contractors (where applicable) must not prove to be of a high risk to the project either during the bidding or operation stage. The details will be contained within the PQQ document.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
The details will be provided in the documents on what is required and how it is evaluated.
Minimum Level(s) of standards possibly required:
The bidder must obtain a minimum of 50% of the marks available in each of the core areas indicated.
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: 5 and maximum number: 6
Objective Criteria for choosing the limited number of candidates:
It is our main objective to reduce the bidders down to 5 candidates from the final PQQ scoring, with the 5 highest scores proceeding to the award stage. However, we reserve the right to change this dependent on scoring outcome at PQQ where the scores are close together we may invite an extra bidder to the award stage.
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: T453
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: 03/06/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 17/06/2013
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=57742375
GO-2013430-PRO-4771253 TKR-2013430-PRO-4771252
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further clarification of the debriefing received from the contracting authority before the contract is entered into. Applicants have two working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of three working days before expiry of the standstill period. Such additional information should be requested from the address in section I.1.
If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into, the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into, the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 30/04/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Colchester: Lift-maintenance services.
I.1)Name, Addresses and Contact Point(s):
University of Essex
Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
Tel. +44 1206872068, Email: procure@essex.ac.uk, URL: www.essex.ac.uk, URL: www.essex.ac.uk/purchasing
Contact: Central Procurement Unit, Attn: Adrian Woodmore
Electronic Access URL: https://www.delta-esourcing.com
Electronic Submission URL: https://www.delta-esourcing.com
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Not Provided
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 & Hoist Maintenance
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 1
Region Codes: UKH3 - Essex
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):
Lift-maintenance services. Planned Maintenance, daily reactive maintenance, site attendance, insurance surveys, adjusting, setting up, load testing, part examination and repair of all Lifts and Hoist within the University of Essex Colchester Campus.
II.1.5)Common procurement vocabulary:
50750000 - Lift-maintenance services.
IA23-5 - Overhaul and repair
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
T1 Meeting the specification and contract management - 20
T2 mobilization planing - 10
T3 Proposal to handle TUPE - 10
T4 Customer Service after sales - 20
T5 Costs - 40
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: T453
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: T453
V.1)Date Of Contract Award: 02/09/2013
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
Email: naddy.rice@liftec.co.uk
Telephone: +44 1322273966
Fax: +44 1322278392
Internet address: www.liftec.co.uk
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 363,165
Currency: GBP
Total final value of the contract
Value: 363,165
Currency: GBP
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:
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=73784895
GO-2013917-PRO-5126173 TKR-2013917-PRO-5126172
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further clarification of the debriefing received from the contracting authority before the contract is entered into. Applicants have two working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of three working days before expiry of the standstill period. Such additional information should be requested from the address in section I.1.
If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into, the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into, the court may only award damages.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 17/09/2013