Section one: Contracting authority
one.1) Name and addresses
Royal Borough of Greenwich
3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich
London
SE18 6HQ
Contact
Procurement Team
procurement@royalgreenwich.gov.uk
Country
United Kingdom
Region code
UKI51 - Bexley and Greenwich
Internet address(es)
Main address
https://www.royalgreenwich.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.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
Supply, Installation and Maintenance of Lifts
Reference number
DN703211
two.1.2) Main CPV code
- 45313000 - Lift and escalator installation work
two.1.3) Type of contract
Works
two.1.4) Short description
The Contracting Authority is seeking to enter into a contract with a qualified and experienced economic operator to undertake the supply, installation, and maintenance of passenger and goods lifts and associated equipment within the Housing stock and within the public buildings owned by the Contracting Authority.
The details of works to be delivered under this contract are set out in more detail in the procurement documents.
The duration of the contract will be for an initial period of five (5) years with the option to extend the contract period on the same terms for a further period or periods up to five (5) years making possible a total contract period of ten (10) years.
The estimated annual contract value is £7,500,000 (£7.5m). The estimated total contract value over ten (10) years including the optional extension periods is £75,000,000 (£75m).
two.1.5) Estimated total value
Value excluding VAT: £75,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42416100 - Lifts
- 42419510 - Parts of lifts
- 45313100 - Lift installation work
- 50750000 - Lift-maintenance services
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
The Contracting Authority wishes to procure a qualified and experienced economic operator to undertake the supply, installation, and maintenance of passenger and goods lifts and associated equipment within the Housing stock and within the public buildings owned by the Contracting Authority. The economic operator must be able to deliver all the works under this contract. The Contracting Authority expects to enter into a contract with one (1) economic operator.
The details of works to be delivered under this contract are set out in more detail in the procurement documents.
The duration of the contract will be for an initial period of five (5) years with the option to extend the contract period on the same terms for a further period or periods up to five (5) years making possible a total contract period of ten (10) years.
The estimated annual contract value is £7,500,000 (£7.5m). The estimated total contract value over ten (10) years including the optional extension periods is £75,000,000 (£75m).
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: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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:
The objective criteria for choosing the number of Candidates (Applicants) is set out in the document containing the SQ Instructions for Applicants and the Selection Questionnaire (SQ). Applicants to the SQ will be assessed based on their responses to the SQ. The Contracting Authority will invite the six (6) highest scoring Candidates (Applicants) at the SQ stage to submit tenders at the ITT (Invitation to Tender) stage.
The Contracting Authority reserves the right to invite up to two (2) extra Candidates (Applicants) should the scores be close (i.e., less than 2% difference in the scoring between the bottom placed Candidates [Applicants]).
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
Price is not the only award criterion and all criteria are stated only in the procurement documents.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the document containing the SQ Instructions for Applicants and the Selection Questionnaire (SQ), which sets out in detail the prequalification criteria.
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
Please refer to the procurement documents.
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
23 January 2024
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 February 2024
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: 12 (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
This procurement is being managed through the Contracting Authority's e-tendering portal, Proactis Procontract, hosted at: https://procontract.due-north.com.
To be able to access the procurement documents you will need to register your company details on the portal. Please check that you can access the documents and if you have any problems, then you should contact the helpdesk at Proactis Procontract.
The Contracting Authority reserves the right to abandon this procurement process at any stage following the publication of this Notice and/or not to award any contract in respect of this Notice.
Full details of the scope and requirements for this opportunity is set out in the procurement documents issued by the Contracting Authority.
All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the tender and the procurement process as a whole. Under no circumstances will the Contracting Authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise.
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). Selection will be based solely on the criteria set out in the procurement documents.
six.4) Procedures for review
six.4.1) Review body
The High Court
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Borough of Greenwich
3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich
London
SE18 6HQ
Country
United Kingdom