Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)University College London
Gower Street
Contact point(s): Procurement Services
For the attention of: Gabriel Otubambo
WC1E 6BT London
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: www.ucl.ac.uk/procurement
Address of the buyer profile: www.in-tendhost.co.uk/ucl
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Provision of Lift Maintenance Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: London.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)UCL is seeking to procure Maintenance Services for the Lifts across its Estate through a single supplier via competitive Tender. The UCL Estate is a diverse mix of just over 200 properties (and approximately 210 lift cars) with lift cars ranging in age, design and location although the majority fall within the bounds of the M25. UCL puts strong emphasis on statutory compliance which will be reflected in the maintenance and procurement of these services.
The anticipated approximate annual value of this contract is 450 000 GBP.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:450 000 GBP.
Estimated value excluding VAT: 450 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:A parent Company Guarantee and/or Performance Bond may be required by UCL, the details of which will be set out in the Invitation to Tender (ITT) and accompanying documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:The terms of payment will be set out in the ITT and accompanying documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:No specific legal form is required but UCL reserves the right to require one party to undertake primary contracting responsibility for the services or to require that one or more parties are jointly or severally liable.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: The selected providers will be required to perform the services to the required standards set out in the ITT.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a Pre-Qualification Questionaire (PQQ) consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regulations 2006.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a Pre-Qualification Questionaire (PQQ) consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regulations 2006.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a Pre-Qualification Questionaire (PQQ) consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regulations 2006.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:UCL-PS-390
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 10.3.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate10.3.2014
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationThe process seeks to select organisations offering the appropriate capability, capacity and competency. UCL reserves the right not to conclude any contracts, to change without notice the procedure for awarding contracts, to reject all or any bids for the contracts, to terminate discussions with all or any interested parties and/or to stop the process without any liability on its part. Expressions of interest must be in the form of a completed Pre-Qualification Questionaire (PQQ) to be recieved as per the instructions in the OJEU notice. Expressions of interest not submitted in the required format or containing all the requested information may be rejected.
All comunications shall be in English (or a full translation provided at no cost to UCL). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation To Tender (ITT) will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts.
UCL does not bind itself to accept any tender and reserves the right to accept any part of the tender. No contract capable of acceptance will be created between UCL and any party until a contract is executed between UCL and the selected providers.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the crieria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresRoyal Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: www.hmcourts-service.gov.uk
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail:
Telephone: +44 2075366000
Internet address: www.cedr.com
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: In accordance with Regulation 32 and 32A of the Public Contracts Regulations 2006 and The Public Contracts (Amendment) Regulations 2009, the Contracting Authority will incorporate a minimum 10 calender day standstill period starting from the day when contract award was notified to the bidders. Unsuccessful bidders will be provided with a de-brief in the ?Award Decision Notice? at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operator and the name of the economic operator to be awarded the contract. Tenderers have a right to appeal provided for within the Public Contracts Regulations 2006 (as amended). Any such proceedings must be brought in the High Court of England and Wales.
VI.4.3)Service from which information about the lodging of appeals may be obtainedCabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Telephone: +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5)Date of dispatch of this notice:3.2.2014