Contract notice

Information

Published

Date of dispatch of this notice: 21/10/2020

Expire date: 25/11/2020

External Reference: 2020-219615

TED Reference: 2020/S 208-508047

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: OGP Support
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=176472&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

FW for Provision of Lift Maintenance Services: Gen 2 Framework for OGP
Reference number:  PROJ000006613 - FBM068F
II.1.2)

Main CPV code

50750000  -  Lift-maintenance services
II.1.3)

Type of contract

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.1.5)

Estimated total value

Value excluding VAT: 6500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  4
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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.2.6)

Estimated value

Value excluding VAT: 3000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
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
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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.2.6)

Estimated value

Value excluding VAT: 3000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
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
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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.2.6)

Estimated value

Value excluding VAT: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
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
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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.2.6)

Estimated value

Value excluding VAT: 200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
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

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

List and brief description of conditions:  Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #178637).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #178637).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #178637).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #178637).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #178637).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #178637).

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  42
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

Notice number in the OJ S: 2020/S 185-446652
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/11/2020
Local time:  12:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  25/11/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
We would envisage further notice will be published after the completion of this contract.
VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #178637)
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors