loading
  • GB-SW1P 3JA London
  • 19.03.2018
  • Ausschreibung
  • (ID 2-293109)

STC1135-Provision of Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Work Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 19.03.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Bauleistung / Kontrolle, Monitoring / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-SW1P 3JA London
    TED Dokumenten-Nr. 76335-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Repair and maintenance services of electrical and mechanical building installations

      2018/S 035-076335

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      The Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons
      1 Floor, 7 Millbank
      London
      SW1P 3JA
      United Kingdom
      Contact person: https://in-tendhost.co.uk/parliamentuk/aspx/Home
      Telephone: +44 2072191600
      E-mail: MTFvb2JyP29gcWtoYGxkbXMtdGo=
      Fax: +44 2072191600
      NUTS code: UKI

      Internet address(es):

      Main address: https://in-tendhost.co.uk/parliamentuk/aspx/Home

      Address of the buyer profile: https://in-tendhost.co.uk/parliamentuk/aspx/Home

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/parliamentuk/aspx/Home
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/parliamentuk/aspx/Home
      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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 20.02.2018
Zuletzt aktualisiert 20.02.2018
Wettbewerbs-ID 2-293109 Status Kostenpflichtig
Seitenaufrufe 44