Tender

Passenger Lift Maintenance, Servicing & Repairs Contract for Corporate & Housing Properties

  • London Borough of Hillingdon

F02: Contract notice

Notice identifier: 2023/S 000-011589

Procurement identifier (OCID): ocds-h6vhtk-03c364

Published 21 April 2023, 5:38pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hillingdon

Civic Centre, High Street

Uxbridge

London

Email

mbreen@hillingdon.gov.uk

Country

United Kingdom

Region code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.hillingdon.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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

www.capitalesourcing.com

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