Contract notice

Information

Published

Date of dispatch of this notice: 23/12/2016

Expire date: 31/01/2017

External Reference: 2016-357108

TED Reference: 2016/S 250-460951

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Fire and Emergency Planning Authority
N/A
169 Union Street
London
SE1 0LL
UK
Contact person: KBR Procurement
Telephone: +44 1372862451
NUTS code:  UKI -  LONDON
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=18608&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Supply of Lifts and Lifting Equipment Maintenance and Repairs
Reference number:  PROC/5949/16
II.1.2)

Main CPV code

50750000  -  Lift-maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The provision of a planned maintenance, reactive and Statutory Inspection remedial works repair service for all lifts and evacuation chairs, on a 24 hours a day, 7 days a week and 365 days a year basis to the Authority Estate.
II.1.5)

Estimated total value

Value excluding VAT: 540000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

42400000  -  Lifting and handling equipment and parts
42410000  -  Lifting and handling equipment
42414310  -  Mobile lifting frames
42416000  -  Lifts, skip hoists, hoists, escalators and moving walkways
42416100  -  Lifts
42416120  -  Goods lifts
42416130  -  Mechanical lifts
42418000  -  Lifting, handling, loading or unloading machinery
42418220  -  Chairlifts
42419000  -  Parts of lifting and handling equipment
42419500  -  Parts of lift, skip hoists or escalators
42419510  -  Parts of lifts
51511000  -  Installation services of lifting and handling equipment, except lifts and escalators
51511100  -  Installation services of lifting equipment
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
II.2.4)

Description of the procurement

The provision of a planned maintenance, reactive and Statutory Inspection remedial works repair service for all lifts and evacuation chairs, on a 24 hours a day, 7 days a week and 365 days a year basis to the Authority Estate.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 540000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2017  /  End: 31/03/2020
This contract is subject to renewal: yes
Description of renewals:  
To extend the 36 month term of the contract to a maximum of two (2) periods of twelve (12) months the sole discretion of the Authority.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Specific requirements and information will be provided in the Grounds for Exclusion Questionnaire (GEQ), and the Invitation to Tender (ITT).
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Contract performance conditions as stated in the procurement documents.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  31/01/2017
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  30/07/2017
IV.2.7)

Conditions for opening of tenders

Date:  31/01/2017
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

HIGH COURT
STRAND
LONDON
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Authority will incorporate a standstill period of at least 10 calendar days when information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Authority before the Contract is entered into. Applicants have 2 working days from notification of the award to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period.
VI.5)

Date of dispatch of this notice

27/12/2016