Section one: Contracting authority
one.1) Name and addresses
London Borough of Hillingdon
Civic Centre, High Street
Uxbridge
London
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Passenger Lift Maintenance, Servicing & Repairs Contract for Corporate & Housing Properties
two.1.2) Main CPV code
- 50750000 - Lift-maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Hillingdon (Hillingdon) is currently responsible for the management and maintenance of 54 Housing / General Needs / Sheltered Housing passenger lifts and 44 corporate sites at various locations across the borough.
The objectives of this contract are to appoint one service provider (contractor) to deliver a 24/7, 365 days a year service to carry out the servicing, maintenance and remedial works to maintain London Borough of Hillingdon’s assets in a compliant and serviceable condition in accordance with the specification and to any current Regulations and other relevant legislation that may apply as well as industry, manufacturers and safety standards.
The contractor will provide a planned servicing regime and reactive maintenance for repair and replacement as well as to undertake small works projects up to an approved threshold value for the asset types as stipulated.
The Council intends to award a contract for these services for a period of three (3) years with an option to extend for up to a further one (1) year subject to agreement and satisfactory performance.
The proposed contract will be based upon the pricing schedule as shown in the tender pack and includes for the following;
Planned and preventative maintenance
Responsive maintenance
Repairs and component replacements
SAFed supplementary inspections/testing
Other service information as contained within the specification
All rates provided must be inclusive of all management fees, preliminaries, overheads and profits.
The proposed contract will be for a period of three (3) years with an option to extend for a further Two (2) year subject to the requirements of the service and the satisfactory performance of the contractor.
two.1.5) Estimated total value
Value excluding VAT: £775,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
Main site or place of performance
London Borough of Hillingdon
two.2.4) Description of the procurement
The London Borough of Hillingdon (Hillingdon) is currently responsible for the management and maintenance of 54 Housing / General Needs / Sheltered Housing passenger lifts and 44 corporate sites at various locations across the borough.
The objectives of this contract are to appoint one service provider (contractor) to deliver a 24/7, 365 days a year service to carry out the servicing, maintenance and remedial works to maintain London Borough of Hillingdon’s assets in a compliant and serviceable condition in accordance with the specification and to any current Regulations and other relevant legislation that may apply as well as industry, manufacturers and safety standards.
The contractor will provide a planned servicing regime and reactive maintenance for repair and replacement as well as to undertake small works projects up to an approved threshold value for the asset types as stipulated.
The Council intends to award a contract for these services for a period of three (3) years with an option to extend for up to a further one (1) year subject to agreement and satisfactory performance.
The proposed contract will be based upon the pricing schedule as shown in the tender pack and includes for the following;
Planned and preventative maintenance
Responsive maintenance
Repairs and component replacements
SAFed supplementary inspections/testing
Other service information as contained within the specification
All rates provided must be inclusive of all management fees, preliminaries, overheads and profits.
The proposed contract will be for a period of three (3) years with an option to extend for a further Two (2) year subject to the requirements of the service and the satisfactory performance of the contractor.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £775,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further two (2) years subject to agreement and satisfactory performance
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further two (2) years subject to agreement and satisfactory performance
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 May 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 May 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3-5 Years
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
London Borough of Hillingdon
Civic Centre
Uxbridge
UB8 1UW
Country
United Kingdom