Wakefield and District Housing : Lifts and Auto Roller Shutter Doors Maintenance Services

  Wakefield and District Housing has published this notice through Delta eSourcing

Notice Summary
Title: Lifts and Auto Roller Shutter Doors Maintenance Services
Notice type: Contract Notice
Authority: Wakefield and District Housing
Nature of contract: Services
Procedure: Restricted
Short Description: The service and maintenace of an envisaged quantity of 53 passenger carrying lifts and 67 automatic doors of various types and manufactures, inclusive of after hours service and the availability of a dedicated engineer plus full technical support during normal hours. Also to carry out a wide range of repairs resulting from checks carried out by Independant Lift Inspectors. Automatic Doors will require a six monthly service and will encompass condition reports which will reference the overall condition of the door and highlight any areas of concern.
Published: 28/06/2013 15:41

View Full Notice

UK-Castleford: Lift-maintenance services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Wakefield and District Housing
      Merefield House, Whistler Drive, Castleford, WF10 5HX, United Kingdom
      Tel. +44 1977788679, Email: procurement@wdh.co.uk, URL: www.wdh.co.uk
      Contact: Corporate Procurement Team, Attn: Mark Whitehouse

      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:
      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: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Lifts and Auto Roller Shutter Doors Maintenance Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKE43 - Calderdale, Kirklees and Wakefield         
      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. The service and maintenace of an envisaged quantity of 53 passenger carrying lifts and 67 automatic doors of various types and manufactures, inclusive of after hours service and the availability of a dedicated engineer plus full technical support during normal hours. Also to carry out a wide range of repairs resulting from checks carried out by Independant Lift Inspectors. Automatic Doors will require a six monthly service and will encompass condition reports which will reference the overall condition of the door and highlight any areas of concern.
         
      II.1.6)Common Procurement Vocabulary:
         50750000 - Lift-maintenance services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should 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:
      Lot 1: (estimated value £225,000 to £375,000 over a 5 year term)

The service and maintenance of an envisaged quantity of 53 passenger carrying lifts of various types and manufactures, inclusive of after hours service and the availability of a dedicated engineer plus full technical support during normal hours. The successful tenderer will also be called upon to carry out a wide range of repairs resulting from checks carried out by Independent Lift Inspectors.

Lot 2: (estimated value of £15,000 to £30,000 over a 5 year term)

The service and maintenance and breakdown call out of an envisaged quanitity of 67 Automatic Doors to manufacturers specification for doors located across the Wakefield District. The service is required 6 monthly and each service will encompass condition reports which will reference the overall condition of the door and highlight any areas of concern.                  
         Estimated value excluding VAT:
         Range between: 240,000 and 405,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: The contract is for an initial period of three years (36 months) commencing 01/04/2014 and ending 31/3/2017, with an option to extend for two further periods of one year (12 months) commencing 01/04/2017 and ending 31/3/2019                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
            
      Lot No: 1
      Title: Lift Maintenance Services

      1)Short Description:      
      The service and maintenance of passenger carrying lifts.

      2)Common Procurement Vocabulary:
         50750000 - Lift-maintenance services.
         
      3)Quantity Or Scope:      
      The service and maintenance of an envisaged quantity of 53 passenger carrying lifts of various types and manufactures, inclusive of after hours service and the availability of a dedicated engineer plus full technical support during normal hours. The successful tenderer will also be called upon to carry out a wide range of repairs resulting from checks carried out by Independent Lift Inspectors.               
         Value range between: 225,000 and 375,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Automatic Roller Shutter Doors Maintenance Services

      1)Short Description:      
      service and maintenance of automatic roller shutter doors

      2)Common Procurement Vocabulary:
         50750000 - Lift-maintenance services.
         
      3)Quantity Or Scope:      
      The service and maintenance and breakdown call out of an envisaged quantity of 67 Automatic Doors to manufacturers specification for doors located across the Wakefield District. The service is required 6 monthly and each service will encompass condition reports which will reference the overall condition of the door and highlight any areas of concern.               
         Value range between: 15,000 and 30,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      See Tender Process Documentation
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      See Tender Process Documentation
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and Several Liability
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Information as stated in tender process documentation      
   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.

      Plus information to be provided as part of the tender process documentation      
      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:
         Plus information to be provided as part of the Pre Qualification Questionnaire         
         Minimum Level(s) of standards possibly required:
         As per tender process documentation
      
      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;
         (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;
         
         Information and formalities necessary for evaluating if requirements are met:
         Plus information to be provided as part of the Pre Qualification Questionnaire         
         Minimum Level(s) of standards possibly required:
         As per tender process documentation      
      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: Yes
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: 8         
         Objective Criteria for choosing the limited number of candidates:
         As stated in the Pre Qualification Questionnaire   
   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: WDH/WN/LIFTMAINT&ARSD/0419      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 02/08/2013
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 09/08/2013
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 13/09/2013      
      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.

Under this contract the contractor will be required to actively contribute to the achievement of social objectives. These include: skills development; employment and training opportunities within the locality of where the contract will be delivered; and other added value initiatives throughout the supply chain to support community programmes promoted by Wakefield and District Housing or its partners.

Further details will be provided within the Pre Qualification Questionnaire and Tender Documentation.

The list of potential participating authorities are outlined below and in the links:

Registered Providers of Social Housing (RP’s) as defined by the
register held by the TSA (Tenant Services Authority) and superseded by the HCA (Home and Communities Agency):

http://www.tenantservicesauthority.org/server/show/nav.14538


Local authorities as defined by the Government on the Directgov “A to Z of Local Councils” website:

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/index.htm
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=65644201
GO-2013628-PRO-4914733 TKR-2013628-PRO-4914732
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: www.hmcourts-service.gov.uk

      Body responsible for mediation procedures:
               Royal Courts of Justice
         Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
         Tel. +44 2079476000, URL: www.hmcourts-service.gov.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Government Procurement Service
      Rosebery Court, St. Andrew's Business Park, Norwich, NR7 0HS, United Kingdom
      Tel. +44 8450004999

   VI.5) Date Of Dispatch Of This Notice: 28/06/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Registered Providers of Social Housing (RP's) as defined by TSA and superseded by HCA
      Various, Various, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      Local authorities as defined by the Government on the Directgov "A-Z of Local Councils" website
      Various, Various, United Kingdom

View any Notice Addenda

View Award Notice

UK-Castleford: Lift-maintenance services.

Section I: Contracting Authority
   Title: UK-Castleford: Lift-maintenance services.
   I.1)Name, Addresses and Contact Point(s):
      Wakefield and District Housing
      Merefield House, Whistler Drive, Castleford, WF10 5HX, United Kingdom
      Tel. +44 1977788679, Email: procurement@wdh.co.uk, URL: www.wdh.co.uk
      Contact: Corporate Procurement Team, Attn: Mark Whitehouse

   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: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Lifts and Auto Roller Shutter Doors Maintenance Services      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 1
         
         Region Codes: UKE43 - Calderdale, Kirklees and Wakefield         
      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. The service and maintenace of an envisaged quantity of 53 passenger carrying lifts and 67 automatic doors of various types and manufactures, inclusive of after hours service and the availability of a dedicated engineer plus full technical support during normal hours. Also to carry out a wide range of repairs resulting from checks carried out by Independant Lift Inspectors. Automatic Doors will require a six monthly service and will encompass condition reports which will reference the overall condition of the door and highlight any areas of concern.
      II.1.5)Common procurement vocabulary:
         50750000 - Lift-maintenance services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   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
         
         LOT 1 - Life Maintenance Services -Price - 45
         LOT 1 - Lift Maintenance Services - Quality - 55
         LOT 2 - Automatic Roller Shutter Doors Maintenance Services - Price - 50
         LOT 2 - Automatic Roller Shutter Doors Maintenance Services - Qulaity - 50
         
      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: WDH/WN/LIFTMAINT&ARSD/0419         
      IV.3.2)Previous publication(s) concerning the same contract: No


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

      V.1)Date Of Contract Award: 26/03/2014      
      V.2) Information About Offers
         Number Of Offers Received: 9          
         Number Of Offers Received By Electronic Means: 0       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: E A Foulds Limited
         Postal address: Albert Works, Clifton Street
         Town: Colne
         Postal code: BB8 9AE
         Country: United Kingdom
         Email: steve.cooper@fouldslifts.co.uk
         Telephone: +44 1282861500
         Fax: +44 1282869655
         Internet address: www.fouldslifts.com
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 210,000
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   2: Award And Contract Value
      Contract No: LOT 2

      V.1)Date Of Contract Award: 26/03/2014      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: KONE Plc
         Postal address: Worth Bridge Road
         Town: Keighley
         Postal code: BD21 4YA
         Country: United Kingdom
         Email: sally.sutcliffe@kone.com
         Telephone: +44 0535662841
         Fax: +44 1535680498
         Internet address: www.kone.com
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 25,000
            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.

Under this contract the contractor will be required to actively contribute to the achievement of social objectives. These include: skills development; employment and training opportunities within the locality of where the contract will be delivered; and other added value initiatives throughout the supply chain to support community programmes promoted by Wakefield and District Housing or its partners.

Further details will be provided within the Pre Qualification Questionnaire and Tender Documentation.

The list of potential participating authorities are outlined below and in the links:

Registered Providers of Social Housing (RP’s) as defined by the
register held by the TSA (Tenant Services Authority) and superseded by the HCA (Home and Communities Agency):

http://www.tenantservicesauthority.org/server/show/nav.14538


Local authorities as defined by the Government on the Directgov “A to Z of Local Councils” website:

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/index.htm
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=94003540
GO-2014328-PRO-5565961 TKR-2014328-PRO-5565960   
   VI.3.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: www.hmcourts-service.gov.uk

      Body responsible for mediation procedures:
         Royal Courts of Justice
         Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
         Tel. +44 2079476000, URL: www.hmcourts-service.gov.uk
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Government Procurement Service
      Rosebery Court, St. Andrew's Business Park, Norwich, NR7 0HS, United Kingdom
      Tel. +44 8450004999
   
   VI.4)Date Of Dispatch Of This Notice: 28/03/2014   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      Various as advised in orignial notice
      Various as advised in orignial notice, Various as advised in orignial notice, United Kingdom