Cameron Consulting: Catalyst Housing - Lift Servicing & Maintenance Contract

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Catalyst Housing - Lift Servicing & Maintenance Contract
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Services
Procedure: Restricted
Short Description: The services will comprise the comprehensive servicing and maintenance of lift assets (hydraulic, platform lifts, stairlifts) owned and managed by The Authority. The contracts to be awarded will be the TPC2005 (Amended 2008) Term Partnering Contract. The contract term for each of the lots is expected to be for a period of up to 10 years with review at year 5 of the Term.
Published: 10/10/2014 09:54
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Lifts, skip hoists, hoists, escalators and moving walkways.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Catalyst Housing Ltd
      Ealing Gateway, 26-30 Uxbridge Road, Ealing, London, W5 2AU, United Kingdom
      Tel. +44 3004562099, Email: AMTMQueries@chg.org.uk, URL: http://www.chg.org.uk/
      Contact: Procurement, Attn: Procurement Team Member

      Further information can be obtained at: ANNEX A.I
            
      Specifications and additional documents: ANNEX A.II
            
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   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: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Catalyst Housing - Lift Servicing & Maintenance Contract
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKJ - SOUTH EAST (ENGLAND)         
      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:
      Lifts, skip hoists, hoists, escalators and moving walkways. Lifts. Bath lifts. Mechanical lifts. Chairlifts. Parts of lifts. Stairlifts. The services will comprise the comprehensive servicing and maintenance of lift assets (hydraulic, platform lifts, stairlifts) owned and managed by The Authority. The contracts to be awarded will be the TPC2005 (Amended 2008) Term Partnering Contract. The contract term for each of the lots is expected to be for a period of up to 10 years with review at year 5 of the Term.
         
      II.1.6)Common Procurement Vocabulary:
         42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
         
         42416100 - Lifts.
         
         42416110 - Bath lifts.
         
         42416130 - Mechanical lifts.
         
         42418220 - Chairlifts.
         
         42419510 - Parts of lifts.
         
         44115600 - Stairlifts.
         

      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: One or more 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:
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 300,000 and 600,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: Contracts in each of the lots will be awarded for an initial term of 5 years. The contracts will be reviewed at this time and subject to performance and the client's future procurement strategy, there may be one further renewal of 5 years each, up to a maximum of 10 years. The Authority is committed to long term partnering and intends on maximising the opportunities for long term arrangements and benefit from such arrangements.       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 60 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 1
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 60
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 120 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Lot 1 - London (1) Passenger/Goods Lifts

      1)Short Description:      
      Lift Servicing & Maintenance of lift assets within the London Region. Please refer to information memorandum for further information relating to stock profile and location.

      2)Common Procurement Vocabulary:
         42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
                  42416100 - Lifts.
                  42416130 - Mechanical lifts.
                  42419510 - Parts of lifts.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 100,000 and 300,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                                          
         Scheduled date for:
            Start of works:
            Completion of works:
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Lot 2 - London (2) Passenger/Goods Lifts

      1)Short Description:      
      Lift Servicing and Maintenance in London Region (2). Please refer to information memorandum for further information relating to stock profile and location.

      2)Common Procurement Vocabulary:
         42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
                  42416100 - Lifts.
                  42416130 - Mechanical lifts.
                  42419510 - Parts of lifts.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 150,000 and 300,000
         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: 3
      Title: Lot 3 - Domestic/Stairlifts

      1)Short Description:      
      Lift Servicing & Maintenance of domestic/stairflifts within the London Region. Please refer to information memorandum for further information relating to stock profile and location.

      2)Common Procurement Vocabulary:
         44115600 - Stairlifts.
                  42418220 - Chairlifts.
                  42416110 - Bath lifts.
         
      3)Quantity Or Scope: Not Provided
               
         Value range between: 75,000 and 150,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 120
                                          
                  
         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:
      A Parent Company Guarantee and/or Performance Bond may be required by the Contracting Authority, the details of which will beset out in the Invitation to Tender (ITT).
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      The terms of payment will be set out in the Invitation to Tender (ITT) and accompanying documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No special legal form is required but the Contracting Authority reserves the right to require a lead Bidder to undertake the primary contracting responsibility for a contract or to require that one or more parties are jointly or severally liable.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The selected Providers will be required to perform the services to the required standards set out in the Invitation to Tender (ITT). Under the contracts the Service Providers and their supply chains will be required to participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly, the contract performance conditions may relate in particular to social and environmental considerations to be detailed in the contract documents.      
   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.

      Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Directive 2004/18/EC and the Public Contract Regulations 2006 (as amended). The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Directive 2004/18/EC and the Public Contract Regulations 2006 (as amended). The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.      
      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 number of operators: 6
         
         Objective Criteria for choosing the limited number of candidates:
         Envisaged number of 6 bidders will be invited to tender. Bidders will be shortlisted based on criteria set out in the PQQ.   
   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: T10197      
      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: 17/11/2014
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 05/01/2015      
      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.The process seeks to shortlist organisations offering the appropriate capability, capacity and competency. The Authority reserves the right not to award any part or all part of the contracts. Expressions of interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received through the delta-eSourcing Tender Portal. All communications shall be in English. Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from the Invitation to Tender (ITT) will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The contracting authority does not bind itself to accept any tender and reserves the right to accept any part of any tender unless the tenderer expressly stipulates to the contrary. The Authority is of the view that the EU Business Transfers Directive 2001/23/EC may apply to this procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Lifts%2C-skip-hoists%2C-hoists%2C-escalators-and-moving-walkways./945HH86G5F

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/945HH86G5F
GO-20141010-PRO-6081558 TKR-20141010-PRO-6081557
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Catalyst Housing Ltd
      Ealing Gateway,, 26-30 Uxbridge Road,, London, W5 2AU, United Kingdom
      Tel. +44 3004562099, Email: AMTMQueries@chg.org.uk

      Body responsible for mediation procedures:
               Centre for Effective Dispute Resolution (CEDR)
         70 Fleet Street, London, EC4Y 1EU, United Kingdom
         Tel. +44 2075366000, Email: info@cedr.com

      VI.4.2)Lodging of appeals: Any appeal under this process should be addressed to the contact in section I.1.   
   
      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: 10/10/2014

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      Cameron Consulting
      2-4 High Street, West Malling, ME19 6QR, United Kingdom
      Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk, URL: www.cameron-consulting.co.uk
      Attn: Neil Thody   
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      Cameron Consulting
      2-4 High Street, West Malling, ME19 6QR, United Kingdom
      Tel. +44 1732600500   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      Cameron Consulting
      2-4 High Street, West Malling, ME19 6QR, United Kingdom
      Tel. +44 1732600500

View any Notice Addenda

View Award Notice