Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Royal Holloway and Bedford New College
Egham Hill
Contact point(s): www.rhul.ac.uk/finance/intend/opportunities.html
TW20 0EX Egham
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: www.rhul.ac.uk
Address of the buyer profile: www.rhul.ac.uk/finance/intend/opportunities.html
Electronic access to information: www.rhul.ac.uk/finance/intend/opportunities.html
Electronic submission of tenders and requests to participate: www.rhul.ac.uk/finance/intend/opportunities.html
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Maintenance, Repair and Testing: Goods and Passenger Lifts and Hoists (49412/13).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
NUTS code UKJ23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)The provision of a high quality maintenance service for the Colleges 41 Hydraulic and Traction Lifts on a planned preventative and reactive maintenance basis (please see the Background section within the PQQ Guidance Notes on Intend) to include SAFED testing. The requirement also includes the provision of an emergency callout service to the College within one hour for lift entrapment and four hours for other breakdowns.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The provision of a high quality maintenance service for the Colleges 41 Hydraulic and Traction Lifts on a planned preventative and reactive maintenance basis (please see the Background section within the PQQ Guidance Notes on Intend) to include SAFED testing. The requirement also includes the provision of an emergency callout service to the College within one hour for lift entrapment and four hours for other breakdowns.
Estimated value excluding VAT: 225 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: Three year fixed term contract with an option to extend for a further one plus one year depending on performance.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required: III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: III.1.4)Other particular conditions III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Meet PQQ requirements including achieving a minimum score of 70% of the Health and Safety section (weighted at 25 %).
Ability to provide a physical response at site (in Surrey TW20 and Central London WC1B) to emergency callout within one hour for lift entrapments and four hours for any other callouts (24/7/365).
Agreement to contract under the NEC3 Term Service Contract June 2005 (with amendments June 2006 and September 2011).
Agreement to hold GPB 5 million public liability insurance.
Agreement to hold GPB 10 million employers liability insurance.
Agreement to hold GPB 2 million professional indemnity insurance.
Have experience of maintaining large estates of different types of lifts in highly trafficked (including scientific laboratory and residential) buildings of a variety of age and construction types.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See College e-tendering website:
www.rhul.ac.uk/finance/intend/opportunities.html
Minimum level(s) of standards possibly required: Have a maximum contract value greater than GBP 50 000 calculated using Constructionline formula (please see PQQ Guidance document for details).
Agreement to hold GPB 5 000 000 public liability insurance.
Agreement to hold GPB 2 000 000 professional indemnity insurance.
III.2.3)Technical capacityMinimum level(s) of standards possibly required:
Meet minimum competency requirements as identified in tender documentation.
Ability to provide a physical response at Egham or London sites within one hour for lift entrapment and four hours for other reactive callouts (24/7/365)
Have experience of maintaining large estates of a wide variety of goods and passenger lifts and hoists in terms of type, age and manufacture, in heavily trafficked (including scientific laboratory and residential) buildings of a variety of age and construction types (from 1881 grade one listed to 2012).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: yes
Additional information about electronic auction:
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:RHUL/CS-199
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 14.3.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate15.3.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates22.4.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersDate: 6.6.2013 - 14:00
Place:
College Secretarys Office.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: College Secretary or their representative Head of Maintenance Services or their representative
Representative from Finance Department
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 3 to 5 years.
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:4.2.2013