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

Planned Preventative and Reactive Maintenance to Public Buildings – Lift System Servicing

  • First published: 28 January 2020
  • Last modified: 28 January 2020

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)

Contents

Summary

OCID:
Published by:
Perth and Kinross Council
Authority ID:
AA50447
Publication date:
28 January 2020
Deadline date:
24 February 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Perth and Kinross Council are seeking to appoint a suitably qualified and experienced contractor to carry out planned preventative and reactive maintenance to lifts in public buildings.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Perth and Kinross Council

2 High Street

Perth

PH1 5PH

UK

Telephone: +44 1738475000

E-mail: Lynzistewart@pkc.gov.uk

NUTS: UKM77

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

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/pts-host/public/pts/web/login.html


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/pts-host/public/pts/web/login.html


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

Planned Preventative and Reactive Maintenance to Public Buildings – Lift System Servicing

Reference number: PKC11106

II.1.2) Main CPV code

50750000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Perth and Kinross Council are seeking to appoint a suitably qualified and experienced contractor to carry out planned preventative and reactive maintenance to lifts in public buildings.

II.1.5) Estimated total value

Value excluding VAT: 343 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50750000

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Public buildings within Perth and Kinross Council area.

II.2.4) Description of the procurement

Perth and Kinross Council are seeking to appoint a suitably qualified and experienced contractor to carry out planned preventative and reactive maintenance to lifts in public buildings.

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:

The contract may be extended for a period of up to 4 years.

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: No

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.2.14) Additional information

The estimated value is for the potential contract period including extension options. The estimated annual value is 49 000 GBP per annum.

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:

Any contractor or subcontractor undertaking works shall be an approved contractor on the roll of the following bodies:

— Lift and Escalator Industry Association (LEIA) and/or Lifting Equipment Engineers Association (LEEA).

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Current ratio (Current assets divided by current liabilities).

Net Assets (Net Worth) (value per the Balance Sheet, no calculations required).


Minimum level(s) of standards required:

The acceptable range is:

1) Current ratio it is expected that the ratio for all years is equal to or greater than 1, i.e. current assets will equal or exceed current liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract;

2) Net assets (Net Worth) it is expected that the Net Worth for all years will be positive, i.e. a net assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

The Council will download a Dun and Bradstreet Credit Report for the preferred supplier prior to the award of contract. The contract will not be awarded in the event that the assessment of business failure is regarded as ‘High’ or ‘Severe’. The Council may require additional satisfactory evidence in the event that the risk of business failure is regarded as ‘Moderate – High’ or ‘Moderate’ to justify the award of contract. If the supplier fails to provide satisfactory and acceptable evidence, Perth and Kinross Council is not obliged to award the contract to the most economically advantageous tenderer.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders are required to provide details of their participation in contracts or frameworks where they have successfully delivered comparable works within a similar environment, i.e. non-domestic, over a term (3 to 4 years) for a local authority or similar scale body. Details should be relevant to the lot/contract that the bidder is tendering for and include 3 examples for each lot or lots.

Quality assurance

1) The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent); or

2) The bidder must have the following as detailed in the section below:

Health and safety.

3) The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the safety schemes in procurement (SSIP) forum; or

2) The bidder must have the following as detailed in the section below:

4D.2 Environmental management

1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or

2) The bidder must meet the requirements detailed below.


Minimum level(s) of standards required:

Bidders are required to provide details of their participation in contracts or frameworks where they have successfully delivered comparable works within a similar environment, i.e. non-domestic, over a term (3 to 4 years) for a local authority or similar scale body. Details should be relevant to the lot/contract that the bidder is tendering for and include 3 examples for each lot or lots.

Quality management procedures

1) The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent); or

2) The bidder must have the following:

(a) a documented policy regarding quality management;

(b) documented procedures for periodically reviewing, correcting and improving quality performance;

(c) a documented process for ensuring that quality management is effective in reducing/preventing incidents of substandard delivery; (d) documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid;

(e) documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis;

(f) documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged;

(g) a documented process demonstrating how the bidder deals with complaints.

Health and safety procedures

3) The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the safety schemes in procurement (SSIP) forum; or

4a. The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management;

4b. A documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents;

4c. A documented procedure how the bidder obtains access to competent health and safety advice and assistance;

4d. Documented arrangements for providing the bidder’s workforce with training and information appropriate to the type of work of which the organisation is likely to bid;

4e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder’s workforce has;

4f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance;

4g. Documented arrangements for involving the bidder’s workforce in the planning and implementation of H&S measures;

4h. Documented procedures for recording accidents/incidents and undertaking follow-up action;

4i. Documented arrangements for ensuring that the bidder’s suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged;

4j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary;

4k. Documented arrangements for co-operating and co-ordinating the bidder’s work with other suppliers;

4D.2 Environmental management.

1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with

BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or

2) See selection criteria as stated in the procurement documents.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 24/02/2020

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 24/02/2020

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:

7 years.

VI.2) Information about electronic workflows

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 15582.

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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

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

Suppliers will be required to advise what community benefits will be delivered and how they will deliver them.

(SC Ref:611740)

VI.4) Procedures for review

VI.4.1) Review body

Perth Sheriff Court

Sherrif Court House, Tay Street

Perth

PH2 8NL

UK

Telephone: +44 1738620546

E-mail: perth@scotcourts.gov.uk

Fax: +44 1738623601

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/perth-sheriff-court-and-justice-of-the-peace-court

VI.5) Date of dispatch of this notice

23/01/2020

Coding

Commodity categories

ID Title Parent category
50750000 Lift-maintenance services Repair and maintenance services of building installations

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:
Lynzistewart@pkc.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.