Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Other type: Parliament UK
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
STC1135-Provision of Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Work Services
Reference number: STC1135
II.1.2)Main CPV code
50710000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Employer wishes to contract with a supplier for the provision of Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Works Services. The service requirement is divided into 3no Lots. Applicants invited to tender will be required to submit offers for all three Lots. Expressions of interest will be evaluated as a single entity, i.e. evaluation will be carried out on applicant’s responses to a single SQ and those with the highest scores carried over to tender stage. The Employer reserves the right to withdraw 1 or more Lots prior to award. Lots 1 and 2 will not be awarded to the same supplier. In the event that the same supplier is assessed as having attained the highest score on both Lots 1 and 2 they will be appointed to Lot 1 only and the second highest scoring supplier for Lot 2 appointed to Lot 2 The drivers which will dictate whether the Employer awards Lot 3 (and withdraws Lots 1 and 2) are supplier resilience and cost.
II.1.5)Estimated total value
Value excluding VAT: 38 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Mechanical & Electrical Maintenance and Mechanical, Electrical & Building Small Project Works Services within Palace of Westminster
Lot No: 1
II.2.2)Additional CPV code(s)
45310000
50712000
50883000
50532000
50700000
50530000
71630000
50750000
50800000
50000000
50740000
45351000
50710000
66519200
II.2.3)Place of performance
NUTS code: UKI
II.2.4)Description of the procurement:
The required services are likely to include, but are not limited to, the following:
1) To provide a Planned Maintenance service based on a customised online SFG20 schedule as detailed in Appendix A and SI 200;
2) To provide additional Specialist Planned Maintenance services, as detailed in Appendices B to E;
3) To provide a site based presence (either during normal and/or evenings see SI 104 below) and as detailed in Appendices C, D & E, as summarised below:
3.1 BMS — Provision of suitably qualified BMS/controls engineers as Appendix C;
3.2 Catering and Refrigeration — Provision of suitably qualified engineers as Appendix D;
3.3 Lifts — Provision of suitably qualified Lift engineers as Appendix E;
3.4 AP — Provision of Authorised persons HV and LV as Appendix H, Chapter 1 and 2.
4) To provide the option of a comprehensive cost for repairs (up to 250 GBP per repair) for the above items detailed in Appendices C, D and E;
5) To provide a reactive repair service as and when required to support the Employer’s directly employed craft team see SI 201 6. To provide minor works up to £50k as detailed in SI204 ;
7) To provide small project works up to 500k GBP for mechanical and electrical works, and between 50k GBP to 500k GBP for building and decorating works as detailed in SI300;
8) Supply of Materials used to maintain the affected property, as detailed in Appendix F and SI 400;
9) The provision of an Emergency out of hours call out service as detailed in section 5 and within appendices A to E and SI 202 Provision of CDM Principal Designer, Co-Ordinator and Principal Contractor as required in order to comply with the Construction (Design and Management) Regulations 2015 (CDM 2015).
The successful Tenderer must be capable of providing, and co-ordinating the input of, all of the above (and any additional related) services necessary for delivery of this contract.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Works Services within Parliamentary Outbuildings
Lot No: 2
II.2.2)Additional CPV code(s)
45310000
50712000
45311000
50532000
50700000
50530000
71630000
50800000
50000000
45351000
50710000
II.2.3)Place of performance
NUTS code: UKI
II.2.4)Description of the procurement:
The required services are likely to include, but are not limited to, the following:
1) To provide a Planned Maintenance service based on a customised online SFG20 schedule as detailed in Appendix A and SI 200;
2) To provide additional Specialist Planned Maintenance services, as detailed in Appendices B to E;
3) To provide a site based presence (either during normal and/or evenings see SI 104 below) and as detailed in Appendices C, D and E, as summarised below;
3.1 BMS – Provision of suitably qualified BMS/controls engineers as Appendix C;
3.2 Catering and Refrigeration - Provision of suitably qualified engineers as Appendix D;
3.3 Lifts - Provision of suitably qualified Lift engineers as Appendix E;
3.4 AP – Provision of Authorised persons HV and LV as Appendix H, Chapter 1 and 2;
4) To provide the option of a comprehensive cost for repairs (up to £250 per repair) for the above items detailed in Appendices C, D and E;
5) To provide a reactive repair service as and when required to support the Employer’s directly employed craft team see SI 201;
6) To provide minor works up to £50k as detailed in SI204 ;
7) To provide small project works up to 500k GBP for mechanical and electrical works, and between 50k GBP to 500k GBP for building and decorating works as detailed in SI300;
8) Supply of Materials used to maintain the affected property, as detailed in Appendix F and SI 400;
9) The provision of an Emergency out of hours call out service as detailed in section 5 and within appendices A to E and SI 202.
The successful Tenderer must be capable of providing, and co-ordinating the input of, all of the above (and any additional related) services necessary for delivery of this contract.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Works Services. Lots 1 and 2 combined
Lot No: 3
II.2.2)Additional CPV code(s)
45310000
50712000
45311000
50883000
50532000
50700000
50530000
71630000
50750000
50800000
50000000
50740000
45351000
50710000
66519200
II.2.3)Place of performance
NUTS code: UKI
II.2.4)Description of the procurement:
The required services are likely to include, but are not limited to, the following:
1. To provide a Planned Maintenance service based on a customised online SFG20 schedule as detailed in Appendix A and SI 200;
2. To provide additional Specialist Planned Maintenance services, as detailed in Appendices B to E;
3. To provide a site based presence (either during normal and/or evenings see SI 104 below) and as detailed in Appendices C, D and E, as summarised below:
3.1 BMS — Provision of suitably qualified BMS/controls engineers as Appendix C;
3.2 Catering and Refrigeration — Provision of suitably qualified engineers as Appendix D;
3.3 Lifts — Provision of suitably qualified Lift engineers as Appendix E;
3.4 AP — Provision of Authorised persons HV and LV as Appendix H, Chapter 1 and 2;
4. To provide the option of a comprehensive cost for repairs (up to 250 GBP per repair) for the above items detailed in Appendices C, D and E.
5. To provide a reactive repair service as and when required to support the Employer’s directly employed craft team see SI 201
6. To provide minor works up to 50k GBP as detailed in SI204
7. To provide small project works up to 500k GBP for mechanical and electrical works, and between 50k GBP to 500k GBP for building and decorating works as detailed in SI300 8. Supply of Materials used to maintain the affected property, as detailed in Appendix F and SI 400 9. The provision of an Emergency out of hours call out service as detailed in section 5 and within appendices A to E and SI 202 Provision of CDM Principal Designer, Co-Ordinator and Principal Contractor as required in order to comply with the Construction (Design and Management) Regulations 2015 (CDM 2015). The successful Tenderer must be capable of providing, and co-ordinating the input of, all of the above (and any additional related) services necessary for delivery of this contract.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/03/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
The SQ documents will be accessible at the Houses of Parliament’s e-procurement portal: http://in-tendhost.co.uk/parliamentuk Tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via e-mail are not acceptable. To access these documents select the tender reference STC1135 in the ‘current tenders’ list, click on the ‘view tender details’ and express interest by clicking on the button provided. You will need to register your company details, thereafter you will be issued with a username and password. If you have previously registered with In-Tend, please follow the link shown which will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and forgotten your username and password, click on the ‘forgotten password’ link on the In-Tend homepage. Please keep this username and password secure and do not pass it to any third parties. If you are experiencing problems, please contact the PPCS Business Support team via email: MTVra15uO2tcbWdkXGhgaW8pcGY= or call +44 (0)207 219 1600 for further assistance. You are advised to allow sufficient time when responding to this ITT, and for the full uploading of documents, prior to the closing date of 12:00 (noon) UK time on 19.3.2018. Late tenders will not be accepted. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application such as WinZip or WinRAR.
VI.4)Procedures for review
VI.4.1)Review body
The Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
16/02/2018