Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Lifts: Consultancy, Maintenance, Refurbishment and Associated Installation Services.

  • First published: 14 June 2016
  • Last modified: 14 June 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
North Eastern Universities Purchasing Consortium
Authority ID:
AA20476
Publication date:
14 June 2016
Deadline date:
11 July 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A framework agreement for lift consultancy, maintenance, refurbishment and associated installation services:

Lot 1: Consultancy;

Lot 2: Maintenance and Refurbishment of Goods and Passenger Lifts, Lifting Platforms, Stair-lifts and Associated Installation Services.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


North Eastern Universities Purchasing Consortium

Leeds Innovation Centre, 103 Clarendon Road

Leeds

LS2 9DF

UK

http://www.in-tend.co.uk/neupc

Mark Hayter


m.r.hayter@leeds.ac.uk


http://www.neupc.ac.uk/

https://in-tendhost.co.uk/neupc/
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Yes

This framework will be made available for use by all members of CPC, LUPC, HEPCW, NEUPC, NWUPC and SUPC. Membership of this community may be subject to change due to strategic realignment or the inclusion of new members. A complete list of current members of each consortium can be found via the relevant links: http://www.thecpc.ac.uk/members/regions.php http://www.hepcw.ac.uk/files/2016/01/HEPCW-Members1.pdf http://www.lupc.ac.uk/list-of-members.html, http://www.neupc.ac.uk/our-members http://www.nwupc.ac.uk/our-members http://supc.ac.uk/about-us/our-members/our-members

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Lifts: Consultancy, Maintenance, Refurbishment and Associated Installation Services.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

1

II.1.2)

Main site or location of works, place of delivery or performance



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

10 000 00020 000 000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

A framework agreement for lift consultancy, maintenance, refurbishment and associated installation services:

Lot 1: Consultancy;

Lot 2: Maintenance and Refurbishment of Goods and Passenger Lifts, Lifting Platforms, Stair-lifts and Associated Installation Services.

II.1.6)

Common Procurement Vocabulary (CPV)

50750000
42400000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Checked box Unchecked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Framework Scope:

The framework is intended to be delivered in 2 lots. Lot 1 will provide members with lift consultancy services. Lot 2 will provide members with a route to market for lift maintenance services including refurbishment and associated installation works for goods and passenger lifts.

This framework will be made available for use by all members of CPC, LUPC, HEPCW, NEUPC, NWUPC and SUPC, regardless of whether or not they are defined as contracting authorities for the purpose of the Public Contract Regulations 2015.

Membership of this community may be subject to change due to strategic realignment or the inclusion of new members. A complete list of current members of each consortium can be found via the relevant links:

http://www.thecpc.ac.uk/members/regions.php

http://www.hepcw.ac.uk/files/2016/01/HEPCW-Members1.pdf

http://www.lupc.ac.uk/list-of-members.html

http://www.neupc.ac.uk/our-members

http://www.nwupc.ac.uk/our-members

http://supc.ac.uk/about-us/our-members/our-members

The framework may be used by institutions to make purchases on projects that are fully or part funded by European Union funds or Programs including but not limited to:

1. European Regional Development Fund (ERDF) or;

2. European Structural and Investment Fund (ESIF) or;

3. Research Councils UK (RCUK), the strategic partnership of the UK's 7 Research Councils.

Suppliers will be awarded to either Lot 1 or Lot 2 but not both lots. Where tenders are received from a single supplier for both lots NEUPC reserves the right to exclude the supplier from further evaluation and award to the framework.

Call off processes included under the framework:

Lot 1 (ranked):

— Direct award: Institutions may use the ranking provided to select the top ranked supplier. Direct award will be made to the next ranked supplier only if:

– The highest scoring supplier confirms that they do not have capacity to undertake the work; or

– Cannot respond within the required time-scales as detailed in the specification of requirements; or

– There are other relevant issues such as conflict of interest.

— Further competition by mini tender: Institutions wishing to undertake a further-competition may do so. All the supplier(s) appointed to the lot must be invited to submit responses to the institution's further-competition tender document.

— Further competition by E-Auction:

Institutions develop a standard product schedule and all suppliers enter an on-line bidding process to secure the contract to supply

— Further competition by desktop exercise:

Institutions may vary the award weightings against framework scoring to suit individual contract requirements.

Lot 2 (ranked):

— Direct award: Institutions may use the ranking provided to select the top ranked supplier. Direct award will be made to the next ranked supplier only if:

– The highest scoring supplier confirms that they do not have capacity to undertake the work; or

– Cannot respond within the required time-scales as detailed in the specification of requirements; or

– There are other relevant issues such as conflict of interest.

— Further competition by mini tender: Institutions wishing to undertake a further-competition may do so. All the supplier(s) appointed to the lot must be invited to submit responses to the institution's further-competition tender document.

— Further competition by E-Auction:

Institutions develop a standard product schedule and all suppliers enter an on-line bidding process to secure the contract to supply

— Further competition by desktop exercise:

Institutions may vary the award weightings against framework scoring to suit individual contract requirements

Where more than 1 call off process exists, agreement users will use their discretion to determine the most appropriate method for calling off contracts from this framework.

Note: Institutions opting out of the Public Contract Regulations and / or their partners that access this agreement are not bound by the call off procedure which applies to Contracting Authorities.

Framework structure:

Lot 1: Suppliers will be able to bid to service either of the following 2 regions; ‘England and Wales’ and ‘Northern Ireland’. Suppliers can bid for 1 or both of the regions but must be able to service 100 % of the institutions who can access the agreement in either region. It is envisaged between 6-8 suppliers will be awarded to this lot.

Lot 2: Suppliers will be able to bid to service any 1, all or a combination of the regions as defined in the tender documents. Suppliers can bid to service as many of the regions as they wish but must be able to service 100 % of the institutions who can access the agreement within each region. It is envisaged between 6-12 suppliers will be awarded to this lot.

The tender evaluation process will score all tenders against the regions they wish to service. It is possible, depending on the level of interest and quality of tender submissions that award to supply 1 of the regions does not guarantee award to supply to any other.

For all lots, NEUPC shall not be bound to accept any Tender and reserves the right not to conclude a Framework Agreement for some or all of the Services for which Tenders are invited.

10 000 00020 000 000
GBP

II.2.2)

Options

The framework agreement will operate for 2 years duration. NEUPC reserves the right to invoke 2 1-year extension periods, subject to satisfactory framework performance. Extension of 1 lot does not guarantee extension to the other lot.

Provisional timetable for recourse to these options

24

Number of possible renewals

12

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

48

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Guarantees of performance and financial stability.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Included in tender documentation.

III.2.2)

Economic and financial capacity


Included in tender documentation.



Included in tender documentation.


III.2.3)

Technical capacity


Included in tender documentation.



Included in tender documentation.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

EFM2010 NE

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2015/S 236-427185 05-12-2015

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 11-07-2016  11:59

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 11-07-2016  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 11-7-2016  12:00

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


24.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 10-06-2016

ANNEX B

Information About Lots

1     Lift Consultancy Services

1)

Short Description

Lot 1 is intended to offer Institutions a range of lift consultancy services. It is envisaged between 6-8 suppliers will be awarded to this lot.

As a minimum suppliers will be expected to offer:

— Lift consultancy services including site surveys, design, specification, preparation of tender documents, technical and financial tender evaluation; project management (where required), progress meetings, progress inspections of site works, witness testing; checking project handover information for various new lift installations and modernisation of existing lifts;

— To act as Contract Administrator and CDM Principle Designer for any new lift installations and lift modernisations not implemented as part of larger construction projects;

— Optimise the maintenance schedule to ensure safe operation of lifts, whilst demonstrating value for money and other contract life cycle savings.

— Lift maintenance quality audits,

— Lifting equipment asset surveys and lifting equipment plant failure risk assessments in accordance with BS EN81-80;

— Advice on compliance with current legislation, regulations and European standards in relation to provision, operation and maintenance of various lifts (e.g. LOLER, Equality Act Lift Regulations );

— Advice on problematic lifts;

— Advice in relation to the Disability Discrimination Act 1995;

— Lift consultancy may be required to provide advice relating to procedures for releasing trapped passengers and specialist applications such as fire-fighting lifts and evacuation lifts;

— Lift energy audits and advice on possible energy efficiency measures applicable to lifts;

— Vertical transportation traffic flow surveys, Lift traffic analysis, and reports for BREEAM assessments;

— Lift consultancy to specify generic hardware and open protocol software where possible so as to allow competitive maintenance costs;

— Lift consultancy in the event of an accident or near miss involving a lift;

— Lift consultancy to include preparation of maintenance/service tender documents, review of completed tender documents and attendance at pre-start meeting;

— Lift consultancy to access lift shafts and machinery rooms in accordance with BS 7255:2012.

2)

Common Procurement Vocabulary (CPV)

50750000
42400000

3)

Quantity or scope



1 000 0002 000 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Lift Maintenance and Refurbishment of Goods and Passenger Lifts, Lifting Platforms, Stairlifts and Associated Installation Services

1)

Short Description

Lot 2 is intended to offer Institutions lift maintenance services including refurbishment and associated installation services across a range of goods and passenger lifts, lifting platforms and stair-lifts. It is envisaged between 6 -12 suppliers will be awarded to this lot.

As a minimum suppliers will be expected to offer:

— Service to encompass and ensure compliance with LOLER Regulations.

— Maintenance, service, alterations and inspection requirements for all passenger, goods, platform and stair lifts as required.

— Specification for quoted works for repairs, upgrades and new installation.

— Contractual ‘Service Availability’ of the Institution's schedule of lifts, lift type and individual lift.

— Fault call out requirements including repair, parts, alterations and inspections for all passenger, goods, platform and stair lifts as required.

— Emergency release of trapped persons requirement and other emergency call outs for all passenger, goods, platform and stair lifts as required.

— Rectification of defects found by a third party consultant or insurance inspector.

— Autodialler installation and regular testing of Autodial alarms of lift cars.

2)

Common Procurement Vocabulary (CPV)

50750000
42400000

3)

Quantity or scope



9 000 00018 000 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
42400000 Lifting and handling equipment and parts Industrial machinery
50750000 Lift-maintenance services Repair and maintenance services of building installations

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
m.r.hayter@leeds.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.