II.1)
Scope of the procurement
FW for Provision of Lift Maintenance Services: Gen 2 Framework for OGP
Reference number:
PROJ000006613 - FBM068F
50750000
-
Lift-maintenance services
Services
II.1.4)
Short description
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
Lift maintenance services which relate principally to:
Planned preventative maintenance and servicing of lifts;
Reactive maintenance and repairs of lifts;
Emergency call-outs;
Undertaking SAFed supplementary tests;
Where applicable, certain Services Contracts awarded under the Framework Agreements may require the Contractor to act as Project Supervisor for the Design Phase (PSDP) and / or Project Supervisor for the Construction Stage (PSCS).
II.1.6)
Information about lots
This contract is divided into lots:
yes
II.1.7)
Total value of the procurement
Value excluding VAT:
6500000.00
EUR
Lot 1 Lift Maintenance
Lot No:
1
II.2.2)
Additional CPV code(s)
42400000
-
Lifting and handling equipment and parts
42410000
-
Lifting and handling equipment
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
Lift maintenance services which relate principally to:
Planned preventative maintenance and servicing of lifts;
Reactive maintenance and repairs of lifts;
Emergency call-outs;
Undertaking SAFed supplementary tests;
Where applicable, certain Services Contracts awarded under the Framework Agreements may require the Contractor to act as Project Supervisor for the Design Phase (PSDP) and / or Project Supervisor for the Construction Stage (PSCS).
Please note that the following services are NOT part of the scope of this RFT:
Supply and installation of new lifts
Major refurbishment of existing lifts.
Criteria below
Quality criterion
-
Name:
Tenderer’s Proposed Approach to Provision of the Services
/
Weighting:
200
Quality criterion
-
Name:
Tenderer’s Quality Control Proposal including Environmental Control Practices
/
Weighting:
200
Quality criterion
-
Name:
Tenderer’s Continuity of Supply Proposal
/
Weighting:
150
Quality criterion
-
Name:
Tenderer’s proposed Management Information and Account Management Methodology
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
II.2.11)
Information about options
Options:
yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed three (3) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 2 Lift Maintenance
Lot No:
2
II.2.2)
Additional CPV code(s)
42400000
-
Lifting and handling equipment and parts
42410000
-
Lifting and handling equipment
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
Lift maintenance services which relate principally to:
Planned preventative maintenance and servicing of lifts;
Reactive maintenance and repairs of lifts;
Emergency call-outs;
Undertaking SAFed supplementary tests;
Where applicable, certain Services Contracts awarded under the Framework Agreements may require the Contractor to act as Project Supervisor for the Design Phase (PSDP) and / or Project Supervisor for the Construction Stage (PSCS).
Please note that the following services are NOT part of the scope of this RFT:
Supply and installation of new lifts
Major refurbishment of existing lifts.
Criteria below
Quality criterion
-
Name:
Tenderer’s Proposed Approach to Provision of the Services
/
Weighting:
200
Quality criterion
-
Name:
Tenderer’s Quality Control Proposal including Environmental Control Practices
/
Weighting:
200
Quality criterion
-
Name:
Tenderer’s Continuity of Supply Proposal
/
Weighting:
150
Quality criterion
-
Name:
Tenderer’s proposed Management Information and Account Management Methodology
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
II.2.11)
Information about options
Options:
yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed three (3) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 3 Lift Maintenance
Lot No:
3
II.2.2)
Additional CPV code(s)
42400000
-
Lifting and handling equipment and parts
42410000
-
Lifting and handling equipment
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
Lift maintenance services which relate principally to:
Planned preventative maintenance and servicing of lifts;
Reactive maintenance and repairs of lifts;
Emergency call-outs;
Undertaking SAFed supplementary tests;
Where applicable, certain Services Contracts awarded under the Framework Agreements may require the Contractor to act as Project Supervisor for the Design Phase (PSDP) and / or Project Supervisor for the Construction Stage (PSCS).
Please note that the following services are NOT part of the scope of this RFT:
Supply and installation of new lifts
Major refurbishment of existing lifts.
Criteria below
Quality criterion
-
Name:
Tenderer’s Proposed Approach to Provision of the Services
/
Weighting:
200
Quality criterion
-
Name:
Tenderer’s Quality Control Proposal including Environmental Control Practices
/
Weighting:
200
Quality criterion
-
Name:
Tenderer’s Continuity of Supply Proposal
/
Weighting:
150
Quality criterion
-
Name:
Tenderer’s proposed Management Information and Account Management Methodology
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
II.2.11)
Information about options
Options:
yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed three (3) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 4 Lift Maintenance
Lot No:
4
II.2.2)
Additional CPV code(s)
42400000
-
Lifting and handling equipment and parts
42410000
-
Lifting and handling equipment
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
Lift maintenance services which relate principally to:
Planned preventative maintenance and servicing of lifts;
Reactive maintenance and repairs of lifts;
Emergency call-outs;
Undertaking SAFed supplementary tests;
Where applicable, certain Services Contracts awarded under the Framework Agreements may require the Contractor to act as Project Supervisor for the Design Phase (PSDP) and / or Project Supervisor for the Construction Stage (PSCS).
Please note that the following services are NOT part of the scope of this RFT:
Supply and installation of new lifts
Major refurbishment of existing lifts.
Criteria below
Quality criterion
-
Name:
Tenderer’s Proposed Approach to Provision of the Services
/
Weighting:
200
Quality criterion
-
Name:
Tenderer’s Quality Control Proposal including Environmental Control Practices
/
Weighting:
200
Quality criterion
-
Name:
Tenderer’s Continuity of Supply Proposal
/
Weighting:
150
Quality criterion
-
Name:
Tenderer’s proposed Management Information and Account Management Methodology
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
II.2.11)
Information about options
Options:
yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed three (3) years in aggregate.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no