Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityHousing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
T1396 — Tender for the Provision of Independent Engineering Inspections
II.1.2)Main CPV code71000000
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this contract and the service is to ensure that the Employer meets its statutory obligation as a landlord by carrying out independent engineering inspections, examinations and testing of Passenger lifts inclusive but not limited to all trolleys, runways, beams and lifting points, Vertical lifts, Stair lifts and Direct Labour Organisation plant and equipment.
II.1.5)Estimated total valueValue excluding VAT: 700 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)71631000
71630000
71631100
II.2.3)Place of performanceNUTS code: UKN0
II.2.4)Description of the procurement:
The purpose of this contract and the service is to ensure that the Employer meets its statutory obligation as a landlord by carrying out independent engineering inspections, examinations and testing of Passenger lifts inclusive but not limited to all trolleys, runways, beams and lifting points, Vertical lifts, Stair lifts and Direct Labour Organisation plant and equipment.
II.2.5)Award criteriaCriteria below
Cost criterion - Name: Cost / Weighting: 100
II.2.6)Estimated valueValue excluding VAT: 700 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
Renewed on completion of current contract.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The contract will run for a period of 12 months followed by the option to extend for a further 2 x 12 month periods or part thereof.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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 abilitySelection criteria as stated in the procurement documents
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 procedureOpen 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 participateDate: 18/10/2018
Local time: 15:00
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 tenderTender must be valid until: 15/02/2019
IV.2.7)Conditions for opening of tendersDate: 18/10/2018
Local time: 15:30
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
2 years from award of contract.
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyRoyal Courts of Justice
Belfast
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:18/09/2018