Section one: Contracting authority
one.1) Name and addresses
One Housing
Atelier House, 64 Pratt Street
London
NW1 0DL
Contact
Sarah Carpenter
Telephone
+44 2088216586
Country
United Kingdom
Region code
UKI - London
National registration number
NA
Internet address(es)
Main address
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
Country
United Kingdom