Tender

Lift Service, Repair and Maintenance Services

  • One Housing

F02: Contract notice

Notice identifier: 2022/S 000-033568

Procurement identifier (OCID): ocds-h6vhtk-038897

Published 25 November 2022, 5:22pm



Section one: Contracting authority

one.1) Name and addresses

One Housing

Atelier House, 64 Pratt Street

London

NW1 0DL

Contact

Sarah Carpenter

Email

scarpenter@onehousing.co.uk

Telephone

+44 2088216586

Country

United Kingdom

Region code

UKI - London

National registration number

NA

Internet address(es)

Main address

http://www.onehousing.co.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/67142

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=56546&B=ONEHOUSING

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Lift Service, Repair and Maintenance Services

Reference number

1404

two.1.2) Main CPV code

  • 50750000 - Lift-maintenance services

two.1.3) Type of contract

Services

two.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

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.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.

two.2) Description

two.2.1) Title

LOT 1 Passenger Lift Maintenance - Specialist OEM’s

Lot No

1

two.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Specialist Lift Service, Repair and Maintenance Services for original equipment manufacturers 'OEM'

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: £500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.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.

two.2) Description

two.2.1) Title

Lot 2 – Passenger Lift Maintenance – East of London

Lot No

2

two.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Passenger Lift Service, Repair and Maintenance Services, covering the east of London area.

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: £1,250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.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.

two.2) Description

two.2.1) Title

Lot 3 – Passenger Lift SMR, North and South of London (Including Southwest, Southeast and Central London)

Lot No

3

two.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.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)

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: £1,250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.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.

two.2) Description

two.2.1) Title

Lot 4 - Domestic Lift (Includes Stair Lifts) and Hoist SMR

Lot No

4

two.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Domestic Lift and Hoist (Including Chair Lifts) Service, Repair and Maintenance Services

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: £150,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.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 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Included in the tender documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

4 January 2023

Local time

4:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

13 January 2023

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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.

six.4) Procedures for review

six.4.1) Review body

One Housing

64 Pratt Street

London

NW1 0DL

Email

procurement@onehousing.co.uk

Country

United Kingdom