The Wheatley Housing Group Ltd: Lift Replacement Contract 2014

  The Wheatley Housing Group Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Lift Replacement Contract 2014
Notice type: Contract Notice
Authority: The Wheatley Housing Group Ltd
Nature of contract: Works
Procedure: Restricted
Short Description: The Wheatley Housing Group Limited proposes to enter into a long term partnering contract through which it aims to replace an initial fifty passenger lifts (the core programme) and up to another fifty lifts (the growth programme) if funding becomes available. Also, as part of an overall programme of activities to improve the lives of customers the contract will include, for example, changing the lift door/architraves etc to previously refurbished lifts. Central to our requirements is a firm view that the future long term maintenance of our lifts relies on the installation of new lifts which use non-proprietary components designed for and proven in the social housing environment, the availability of non-proprietary diagnostic equipment and tools for maintenance, single point responsibility for design and installation of the lifts, and adoption of each new lift installation by our lift maintenance contractor only after a period of proven reliability. Through this Contract Award Procedure we intend to procure a new lift replacement contract which recognises this view and establishes a flexible approach to the design/supply/install/maintain cycle; allows us to engage with specialists at each stage under the umbrella of a partnering style contract involving significant supply chain partners of the lift installer, and provides an opportunity for any cost and/or logistics advantages that emerge from the new arrangements to be made available to our lift maintenance contractor. The proposed contract will take the form of a partnering style arrangement involving the Wheatley Housing Group Limited and the successful applicant as the principal contracting parties, together with the successful applicant’s main supply chain provider and our lift maintenance contractor as partners in the arrangement. The contract will be based on the ACA TPC2005 measured term contract which will provide us with the flexibility to deliver the programmes to best suit our customers and will establish the nature of the multi-party contractual relationships. Supplementary information about the contract and its main provisions are as set out in the contracting authority’s pre-qualification questionnaire which will be provided to applicants who submit a request to participate. More detailed information will be presented in the tender documentation/ descriptive documents which will be issued to those organisations that are selected to be invited to tender.
Published: 31/10/2013 11:37
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-Glasgow: Lift installation work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Wheatley Housing Group Limited
      Wheatley House, 25 Cochrane Street, Glasgow, G1 1HL, United Kingdom
      Tel. +44 1412746427, Email: gerry.scanlon@wheatley-group.com, URL: www.wheatley-group.com
      Contact: Procurement Team, Attn: Mr Gerald Scanlon
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: 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: 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: Yes

Section II: Object Of The Contract: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Lift Replacement Contract 2014
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
         Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities

         Region Codes: UKM3 - South Western Scotland         
      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 installation work. Lift-maintenance services. The Wheatley Housing Group Limited proposes to enter into a long term partnering contract through which it aims to replace an initial fifty passenger lifts (the core programme) and up to another fifty lifts (the growth programme) if funding becomes available. Also, as part of an overall programme of activities to improve the lives of customers the contract will include, for example, changing the lift door/architraves etc to previously refurbished lifts.

Central to our requirements is a firm view that the future long term maintenance of our lifts relies on the installation of new lifts which use non-proprietary components designed for and proven in the social housing environment, the availability of non-proprietary diagnostic equipment and tools for maintenance, single point responsibility for design and installation of the lifts, and adoption of each new lift installation by our lift maintenance contractor only after a period of proven reliability.
Through this Contract Award Procedure we intend to procure a new lift replacement contract which recognises this view and establishes a flexible approach to the design/supply/install/maintain cycle; allows us to engage with specialists at each stage under the umbrella of a partnering style contract involving significant supply chain partners of the lift installer, and provides an opportunity for any cost and/or logistics advantages that emerge from the new arrangements to be made available to our lift maintenance contractor.
The proposed contract will take the form of a partnering style arrangement involving the Wheatley Housing Group Limited and the successful applicant as the principal contracting parties, together with the successful applicant’s main supply chain provider and our lift maintenance contractor as partners in the arrangement.
The contract will be based on the ACA TPC2005 measured term contract which will provide us with the flexibility to deliver the programmes to best suit our customers and will establish the nature of the multi-party contractual relationships.
Supplementary information about the contract and its main provisions are as set out in the contracting authority’s pre-qualification questionnaire which will be provided to applicants who submit a request to participate.
More detailed information will be presented in the tender documentation/ descriptive documents which will be issued to those organisations that are selected to be invited to tender.
         
      II.1.6)Common Procurement Vocabulary:
         45313100 - Lift installation work.
            EA23-1 - For passenger
         
         50750000 - Lift-maintenance services.
         

      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:
      For the purposes of defining the scope of the contract in the OJEU Notice, the value has been determined on the basis of an estimate of the cost of the core programme (approximateley 50 lifts) and the growth programmes (approximateley 50 lifts)         
         Estimated value excluding VAT: 17,500,000
         Currency: GBP
                        
      
      II.2.2)Options: Yes
         If yes, description of these options: The initial duration of the contract will be a term of 5 years with an option to
extend for a period or succession of periods not exceeding 4 years in total.                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (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:
      Details will be set out in the contract documents.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Details will be set out in the contract documents.
      
      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. If a successful economic operator is a consortium, the contracting authority shall require each consortium member to be jointly and severally liable for all obligations under the contract.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The successful economic operator and its supply chain will be required to assist in the achievement of the contracting authority's social and environmental objectives. Accordingly,economic operators should be aware that contract performance conditions and evaluation criteria may include social and environmental considerations. Details will be set out 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:

      In accordance with Articles 45 to 52 of Directive 2004/18/EC and Regulations 23 to 29 of the Public Contracts (Scotland) Regulations 2012 and as set out in the contracting authority's pre-qualification questionnaire which will be provided to applicants who submit a request to participate.
The lift installer must be a member of the Lift and Escalator Industry Association (LEIA).      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Details will be set out in the pre-qualification questionnaire which will be provided to applicants who submit a request to participate.         
         Minimum Level(s) of standards possibly required:
         Applicants will require to meet minimum standards of economic and financial standing as set out in the pre-qualification questionnaire which will be provided to applicants who submit a request to participate.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Details will be set out in the pre-qualification questionnaire which will be provided to applicants who submit a request to participate.         
         Minimum Level(s) of standards possibly required:
         Technical capacity will be assessed by reference to responses to a series of questions set out in the pre-qualification questionnaire. Responses will be scored out of 100 and an applicant whose submission scores less than 60 marks will not be considered for inclusion in the list of contractors to be invited to tender. Details will be set out in the pre qualification questionnaire which will be provided to applicants who submit a request to participate.      
      III.2.4)Information about reserved contracts: Not Provided
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:
         The contracting authority will score responses to the pre-qualification questionnaire in accordance with the methodology set out therein in order to identify the ranking of applicants. The eight organisations / consortia who have achieved the highest scores, (subject to their having achieved the minimum score of 60) will be selected to be invited to tender. Details are presented in the pre-qualification questionnaire which will be provided to applicants who submit a request to participate.   
   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: INVF324      
      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: 01/12/2013
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 02/12/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 17/01/2014      
      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 pre-qualification questionnaire must be completed and submitted electronically using the delta-esourcing web portal.
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 thehomepage.
Suppliers must log in, go to your response manager and add the following access code: 5969RY9K6Z. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response is 12:00 noon on the date set out in IV.3.4 above. Please ensure that you allow yourself plenty of time to upload your documents when responding to this invitation prior to the closing date and time.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on +4408452707050 or email helpdesk@delta-esourcing.com.
Suppliers shall be aware that the date referred to in IV.3.5 is a best estimate only at the time of dispatch of this notice and the contracting authority reserves the right to alter such date. The contracting authority reserves the right not to award any contract as a result of the procurement process initiated by this notice and in such anevent will not be liable for any costs incurred by any party.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Lift-installation-work./5969RY9K6Z

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5969RY9K6Z
GO-20131031-PRO-5235435 TKR-20131031-PRO-5235434
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      See VI.4.2 below

      VI.4.2)Lodging of appeals: Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum of a 10 calendar day standstill period once the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants can make a written request for de-brief information and this information must be provided within 15 days of this written request being received. Such additional information should be requestedf rom the address in I.1. If an appeal regarding the award of contract has not been successfully resolved, ThePublic Contracts (Scotland) Regulations 2012 (SSI 2012/88) 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 Sheriff Court or Court of Session. Any such action must be brought promptly (generally within 30 days).   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            See VI.4.2 above

   VI.5) Date Of Dispatch Of This Notice: 31/10/2013

ANNEX A
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      Refer to Section VI.3
      Refer to Section VI.3, Refer to Section VI.3, 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:
         1: Contracting Authority
      Any subsidiary of the contracting authority, the Wheatley Housing Group Limited
      Wheatley House, 25 Cochrane Street, Glasgow, G1 1HL, United Kingdom

View any Notice Addenda

View Award Notice

UK-Glasgow: Lift installation work.

Section I: Contracting Authority
   Title: UK-Glasgow: Lift installation work.
   I.1)Name, Addresses and Contact Point(s):
      The Wheatley Housing Group Limited
      Wheatley House, 25 Cochrane Street, Glasgow, G1 1HL, United Kingdom
      Tel. +44 1412746427, Email: gerry.scanlon@wheatley-group.com, URL: www.wheatley-group.com
      Contact: Procurement Team, Attn: Mr Gerald Scanlon
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

   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
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Lift Replacement Contract 2014      
      II.1.2)Type of contract and location of works:
         WORKS
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
         Region Codes: UKM3 - South Western Scotland         
      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 installation work. Lift-maintenance services. The Wheatley Housing Group Limited proposes to enter into a long term partnering contract through which it aims to replace an initial fifty passenger lifts (the core programme) and up to another fifty lifts (the growth programme) if funding becomes available. Also, as part of an overall programme of activities to improve the lives of customers the contract will include, for example, changing the lift door/architraves etc to previously refurbished lifts.Central to our requirements is a firm view that the future long term maintenance of our lifts relies on the installation of new lifts which use non-proprietary components designed for and proven in the social housing environment, the availability of non-proprietary diagnostic equipment and tools for maintenance, single point responsibility for design and installation of the lifts, and adoption of each new lift installation by our lift maintenance contractor only after a period of proven reliability.Through this Contract Award Procedure we intend to procure a new lift replacement contract which recognises this view and establishes a flexible approach to the design/supply/install/maintain cycle; allows us to engage with specialists at each stage under the umbrella of a partnering style contract involving significant supply chain partners of the lift installer, and provides an opportunity for any cost and/or logistics advantages that emerge from the new arrangements to be made available to our lift maintenance contractor.The proposed contract will take the form of a partnering style arrangement involving the Wheatley Housing Group Limited and the successful applicant as the principal contracting parties, together with the successful applicant’s main supply chain provider and our lift maintenance contractor as partners in the arrangement.The contract will be based on the ACA TPC2005 measured term contract which will provide us with the flexibility to deliver the programmes to best suit our customers and will establish the nature of the multi-party contractual relationships. Supplementary information about the contract and its main provisions were set out in the contracting authority’s pre-qualification questionnaire which was provided to applicants who submitted a request to participate and in the ITT issued to those invited to tender.
      II.1.5)Common procurement vocabulary:
         45313100 - Lift installation work.
            EA23-1 - For passenger
         50750000 - Lift-maintenance services.
      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)
         Value: 9,166,583
         Currency: GBP
         Excluding VAT: Yes

      
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
         
         Price - 70
         Quality - Community Benefits - 3
         Quality - Supply Chain Arrangements - 8
         Quality - Component Guarantees - 4
         Quality - Partnering - 4
         Quality - Programme and Timescales - 3
         Quality - Right First Time - 3
         Quality - CE Marking - 2
         Quality - Reactive Maintenance - 3
         
      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: INVF324         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 213 - 368787 of 02/11/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 04/09/2014      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Lift Maintenance Limited
         Postal address: 12 Jordanvale Avenue
         Town: Glasgow
         Postal code: G14 0QP
         Country: United Kingdom
         Telephone: +44 1419593601
         Fax: +44 1419593602
         Internet address: www.lmllifts.com
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 9,166,583
            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 total value of the contract stated at II.2.1 and at V.4 represents the value of the Core Programme described in the Contract Notice, the PQQ and the Invitation to Tender. The Notice describes and option to extend the contract to deliver a Growth Programme. The potential value of the Growth Programme has not been ascertained at the date of the Contract Award Notice however it may amount to up to a further nine million GBP
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=121825523
GO-2014121-PRO-6197598 TKR-2014121-PRO-6197597   
   VI.3.1)Body responsible for appeal procedures:
      See VI.4.2 below
   VI.3.2)Lodging of appeals: Precise information on deadline(s) for lodging appeals: The contracting authority has incorporated a minimum of a 10 calendar day standstill period from the date the award of the contract was communicated to tenderers. This period allowed unsuccessful tenderers to seek further debriefing from the contracting authority before the contract was entered into. Applicants had the opportunity to make a written request for de-brief information and where requested, this information was provided within 15 days of this written request being received. The Contract Notice identified that if an appeal regarding the award of contract was not successfully resolved, ThePublic Contracts (Scotland) Regulations 2012 (SSI 2012/88) 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 Sheriff Court or Court of Session. It was indicated that any such action must be brought promptly (generally within 30 days).    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      See VI.4.2 above
   
   VI.4)Date Of Dispatch Of This Notice: 01/12/2014   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      Any subsidiary of the contracting authority, the Wheatley Housing Group Limited
      Wheatley House, 25 Cochrane Street, Glasgow, G1 1HL, United Kingdom