Notice Information
Notice Title
STC1135-Provision of Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Work Services
Notice Description
The Employer wishes to contract with a supplier for the provision of Mechanical & Electrical Maintenance and Mechanical, Electrical & Building Small Project Works Services. 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 & 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 & 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 & 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 for mechanical and electrical works, and between ?50k to ?500k for building and decorating works as detailed in SI300 8. Supply of Materials used to maintain the affected property, as detailed in Appendix F & 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 & SI 202 Provision of CDM Principal Designer, Co-Ordinator and Principal Contractor as required in order to comply with the Construction (Design & 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. Note: 1. The service requirement is divided into 3no Lots. Applicants invited to tender will be required to submit offers for all three Lots. 2. 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. 3. The Employer reserves the right to withdraw 1 or more Lots prior to award. 4. 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. 5. The drivers which will dictate whether the Employer awards Lot 3 (and withdraws Lots 1 and 2) are supplier resilience and cost. 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: ppcs@parliament.uk 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 19th of March 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. Is a Recurrent Procurement Type? : No
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-b83fccec-7f74-4211-a6c2-bcbac4ccd748
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/24a18a1e-1c66-43d4-8498-ca23b0ae9366
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure (above threshold)
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50710000 - Repair and maintenance services of electrical and mechanical building installations
Notice Value(s)
- Tender Value
- £38,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Feb 20188 years ago
- Submission Deadline
- 19 Mar 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 24 Jun 2018 - 24 Jun 2026 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PARLIAMENT UK
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 0AA
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLI London
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/24a18a1e-1c66-43d4-8498-ca23b0ae9366
20th February 2018 - Opportunity notice on Contracts Finder -
https://in-tendhost.co.uk/parliamentuk/aspx/
Additional information on how to apply for this contract
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-b83fccec-7f74-4211-a6c2-bcbac4ccd748-2018-02-20T16:22:42Z",
"date": "2018-02-20T16:22:42Z",
"ocid": "ocds-b5fd17-b83fccec-7f74-4211-a6c2-bcbac4ccd748",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "STC1135",
"title": "STC1135-Provision of Mechanical and Electrical Maintenance and Mechanical, Electrical and Building Small Project Work Services",
"description": "The Employer wishes to contract with a supplier for the provision of Mechanical & Electrical Maintenance and Mechanical, Electrical & Building Small Project Works Services. 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 & 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 & 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 & 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 for mechanical and electrical works, and between ?50k to ?500k for building and decorating works as detailed in SI300 8. Supply of Materials used to maintain the affected property, as detailed in Appendix F & 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 & SI 202 Provision of CDM Principal Designer, Co-Ordinator and Principal Contractor as required in order to comply with the Construction (Design & 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. Note: 1. The service requirement is divided into 3no Lots. Applicants invited to tender will be required to submit offers for all three Lots. 2. 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. 3. The Employer reserves the right to withdraw 1 or more Lots prior to award. 4. 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. 5. The drivers which will dictate whether the Employer awards Lot 3 (and withdraws Lots 1 and 2) are supplier resilience and cost. 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: ppcs@parliament.uk 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 19th of March 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. Is a Recurrent Procurement Type? : No",
"datePublished": "2018-02-20T16:22:42Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "SW1A 0AA"
},
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 38000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure (above threshold)",
"tenderPeriod": {
"endDate": "2018-03-19T23:59:59Z"
},
"contractPeriod": {
"startDate": "2018-06-25T00:00:00+01:00",
"endDate": "2026-06-24T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/24a18a1e-1c66-43d4-8498-ca23b0ae9366",
"datePublished": "2018-02-20T16:22:42Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Additional information on how to apply for this contract",
"url": "https://in-tendhost.co.uk/parliamentuk/aspx/"
}
]
},
"parties": [
{
"id": "GB-CFS-31918",
"name": "Parliament UK",
"identifier": {
"legalName": "Parliament UK"
},
"address": {
"streetAddress": "Westminster, London",
"locality": "London",
"postalCode": "SW1A 0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Parliamentary Procurement & Commercial Service",
"email": "ppcs@parliament.uk",
"telephone": "02072191600"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-31918",
"name": "Parliament UK"
}
}