Contract notice

Information

Published

Expire date: 04/01/2023

External Reference: 2022-514485

FTS Reference: 2022-033568

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

One Housing
NA
Atelier House, 64 Pratt Street
London
NW1 0DL
UK
Contact person: Sarah Carpenter
Telephone: +44 2088216586
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=56546&B=ONEHOUSING
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

Body governed by public law
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Lift Service, Repair and Maintenance Services
Reference number:  1404
II.1.2)

Main CPV code

50750000  -  Lift-maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Lot 1 – Passenger Lift Maintenance – Specialist OEM’s
Lot 2 – Passenger Lift Maintenance – East of London
Lot 3 – Passenger Lift Maintenance – North and South of London (Including Southwest, Southeast and Central London)
Lot 4 - Domestic Lift (Includes Stair Lifts) and Hoist Service Maintenance, and Repair
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Each lot will be awarded to a single highest scoring bidder to each lot, Bidders may choose to respond to all four Lots but will only be awarded as a maximum Lots 1, 2 & 4 or Lots 1, 3 & 4. To further clarify, a single bidder will not be awarded both Lots 2 & 3, it is only possible for a Bidder to be awarded one lot from either Lot 2 and Lot 3.
II.2)

Description

II.2.1)

Title

LOT 1 Passenger Lift Maintenance - Specialist OEM’s
Lot No:  1
II.2.2)

Additional CPV code(s)

50750000  -  Lift-maintenance services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
II.2.4)

Description of the procurement

Specialist Lift Service, Repair and Maintenance Services for original equipment manufacturers 'OEM'
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: 500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
A completed compliant selection questionnaire which results in a pass, then up to six highest scoring bidders of the weighted questions in Section 8 will be invited to the ITT stage.
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
II.2.14)

Additional information

Please read all tender documentation before responding to the Selection Questionnaire, you only need to submit the Selection Questionnaire by the deadline of 16.00hrs 04/01/2023. If successful you will be invited to respond to the Invitation to Tender (ITT) Stage.
II.2)

Description

II.2.1)

Title

Lot 2 – Passenger Lift Maintenance – East of London
Lot No:  2
II.2.2)

Additional CPV code(s)

50750000  -  Lift-maintenance services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
II.2.4)

Description of the procurement

Passenger Lift Service, Repair and Maintenance Services, covering the east of London area.
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: 1250000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
A completed compliant selection questionnaire which results in a pass, then up to six highest scoring bidders of the weighted questions in Section 8 will be invited to the ITT stage.
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
II.2.14)

Additional information

Please read all tender documentation before responding to the Selection Questionnaire, you only need to submit the Selection Questionnaire by the deadline of 16.00hrs 04/01/2023. If successful you will be invited to respond to the Invitation to Tender (ITT) Stage.
II.2)

Description

II.2.1)

Title

Lot 3 – Passenger Lift SMR, North and South of London (Including Southwest, Southeast and Central London)
Lot No:  3
II.2.2)

Additional CPV code(s)

50750000  -  Lift-maintenance services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
II.2.4)

Description of the procurement

Passenger Lift Service, Repair and Maintenance Services to the North and South of London (Including South East, South West and Central London)
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: 1250000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
A completed compliant selection questionnaire which results in a pass, then up to six highest scoring bidders of the weighted questions in Section 8 will be invited to the ITT stage.
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
II.2.14)

Additional information

Please read all tender documentation before responding to the Selection Questionnaire, you only need to submit the Selection Questionnaire by the deadline of 16.00hrs 04/01/2023. If successful you will be invited to respond to the Invitation to Tender (ITT) Stage.
II.2)

Description

II.2.1)

Title

Lot 4 - Domestic Lift (Includes Stair Lifts) and Hoist SMR
Lot No:  4
II.2.2)

Additional CPV code(s)

50750000  -  Lift-maintenance services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
II.2.4)

Description of the procurement

Domestic Lift and Hoist (Including Chair Lifts) Service, Repair and Maintenance Services
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: 150000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
A completed compliant selection questionnaire which results in a pass, then up to six highest scoring bidders of the weighted questions in Section 8 will be invited to the ITT stage.
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
II.2.14)

Additional information

Please read all tender documentation before responding to the Selection Questionnaire, you only need to submit the Selection Questionnaire by the deadline of 16.00hrs 04/01/2023. If successful you will be invited to respond to the Invitation to Tender (ITT) Stage.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

Included in the tender documentation

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  04/01/2023
Local time:  16:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 13/01/2023
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

Duration in months : 4  (from the date stated for receipt of tender)

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.3)

Additional information

Where the contract which is the subject of this tender is entered into after the registration of the transfer of engagements, it will be in the name of TRGL
TRGL will also be permitted to utilise the awarded contract.
VI.4)

Procedures for review

VI.4.1)

Review body

One Housing
64 Pratt Street
London
NW1 0DL
UK