Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Framework Agreement for through floor lifts, external lifts and ceiling tracking hoists

  • First published: 28 April 2025
  • Last modified: 28 April 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-050554
Published by:
Fife Council
Authority ID:
AA20583
Publication date:
28 April 2025
Deadline date:
23 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Fife Council has a requirement the provision of Through Floor lifts, external lifts and ceiling tracking hoists within domestic and

non-domestic properties. The requirement also includes maintenance & servicing, removal and relocation of existing stock (domestic

properties only).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Fife Council

Fife House, North Street

Glenrothes

KY7 5LT

UK

Contact person: Yahia Reggab

Telephone: +44 3451550000

E-mail: yahia.reggab@fife.gov.uk

NUTS: UKM72

Internet address(es)

Main address: http://www.fife.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/toolkit/negotiation/tnd/tenderConfiguration.do


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/toolkit/negotiation/tnd/tenderConfiguration.do


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework Agreement for through floor lifts, external lifts and ceiling tracking hoists

Reference number: CW0265

II.1.2) Main CPV code

42416100

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Fife Council has a requirement the provision of Through Floor lifts, external lifts and ceiling tracking hoists within domestic and

non-domestic properties. The requirement also includes maintenance & servicing, removal and relocation of existing stock (domestic

properties only).

II.1.5) Estimated total value

Value excluding VAT: 2 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Supply & Installation, Servicing & Maint/call outs, Removal & Relocation of Through Floor Lifts and External Lifts

II.2.2) Additional CPV code(s)

42416100

II.2.3) Place of performance

NUTS code:

UKM72


Main site or place of performance:

Fife

II.2.4) Description of the procurement

Fife Council has a requirement for the installation of Through Floor Lifts, External Step Lifts,

External Platform Lifts, External Straight Stair lifts and External Inclined Platform Lifts within domestic

and non-domestic properties.

The requirement also includes maintenance & servicing, removal and relocation of existing stock in domestic properties only.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

12 months extension

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.

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 No: 2

II.2.1) Title

Supply & Installation, Servicing & Maint/call outs, Removal & Relocation of Ceiling Tracking Hoists

II.2.2) Additional CPV code(s)

42416300

II.2.3) Place of performance

NUTS code:

UKM72


Main site or place of performance:

Fife

II.2.4) Description of the procurement

Fife Council has a requirement for the provision of Ceiling Tracking Hoists (Fixed & Room Cover) within domestic and non-domestic

properties.

The requirement includes maintenance & servicing, removal and relocation of hoists of existing stock within domestic properties only.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

12 months extension

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.

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:

Full details of the objective rules and criteria for participation are contained within the ITT document. Please refer to the SPD and TN1

Document.

Criteria for evaluation – SPD (Scotland) will be used for the Selection Criteria.

Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;

Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6

Section C – Technical & Professional Ability – 4C.1.2 & 4C.6

Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.

Financial Analysis of ratios/accounts – The ratio to be used will be the ‘Current Ratio’ calculation based on Current Liabilities as a

percentage of Current Assets. If the resultant ratio is 1 or greater then no further analysis by Finance is required. Where a Tenderer does not

meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council

may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.

Insurance - GBP10M Employers Liability, GBP5.0M Public Liability and GBP0.25M Professional Indemnity and GBP2.5M Product

Liability


Minimum level(s) of standards required:

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.

Financial Analysis of ratios/accounts – The ratio to be used will be the ‘Current Ratio’ calculation based on Current Liabilities as a

percentage of Current Assets. If the resultant ratio is 1 or greater then no further analysis by Finance is required. Where a Tenderer does not

meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council

may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.

Insurance - GBP10M Employers Liability, GBP5.0M Public Liability and GBP0.25M Professional Indemnity and GBP2.5M Product

Liability

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)

will be used for the Selection Criteria.

Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;

Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6

Section C – Technical & Professional Ability – 4C.1.2 & 4C.6

Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2


Minimum level(s) of standards required:

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)

will be used for the Selection Criteria.

Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;

Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6

Section C – Technical & Professional Ability – 4C.1.2 & 4C.6

Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2

III.2) Conditions related to the contract

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 2

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 23/05/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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: 23/05/2025

Local time: 12:00

Place:

Fife

Information about authorised persons and opening procedure:

Yahia Reggab

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Spring 2028 unless the option to extend is used.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29071. For more information see:

http://www.publiccontractsscotland.gov.uk

Community benefits are included in this requirement. For more information see:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Tenderers shall provide a Community Benefits delivery plan/ methodology as part of their tender submission, fully describing how they would intend to deliver these benefits.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Fife Council is committed to ensuring delivery of high-quality services and to achieving best value through the contract by:

· securing continuous improvement in the performance and delivery of its function;

· maintaining an appropriate balance between quality and whole life cost; and

· actively contributing to sustainable development.

It is expected that the contractor will take a positive approach to Fair Work practices.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29071. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefits are included in this requirement. For more information see:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Tenderers shall provide a Community Benefits delivery plan/ methodology as part of their tender submission, fully describing how they

would intend to deliver these benefits. For more details see the tender documents.

(SC Ref:796791)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court

Courthouse Whyescauseway

Kirkcaldy

KY1 1XQ

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts

(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of

Session

VI.5) Date of dispatch of this notice

22/04/2025

Coding

Commodity categories

ID Title Parent category
42416300 Hoists Lifts, skip hoists, hoists, escalators and moving walkways
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
yahia.reggab@fife.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.