Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
UK
Contact person: Mrs Ann Spence
E-mail: ann.spence@buckinghamshire.gov.uk
NUTS: UKJ13
Internet address(es)
Main address: https://www.buckinghamshire.gov.uk/
Address of the buyer profile: https://www.supplybucksbusiness.org.uk
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
Tender for the Provision of a Planned and Reactive Maintenance Service for Lifts and Hoists
Reference number: DN674192
II.1.2) Main CPV code
50750000
II.1.3) Type of contract
Services
II.1.4) Short description
Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Lifts and Hoists.
The awarded contract includes the provision and management of the following elements:
o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules).
o Reactive maintenance to its estate’s scheduled serviceable assets.
o Statutory compliance of all its scheduled serviceable assets.
o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa £20,000. NB: These works are not guaranteed to the Service Provider.
o Single Point of Contact and Emergency 24/7 Call Out Facility
The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council’s sustainable philosophy for building management.
The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate.
The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
416 733.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
34952000
42411000
42413000
42416000
42419500
42419510
42419520
II.2.3) Place of performance
NUTS code:
UKJ13
II.2.4) Description of the procurement
Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Lifts and Hoists.
The awarded contract includes the provision and management of the following elements:
o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules).
o Reactive maintenance to its estate’s scheduled serviceable assets.
o Statutory compliance of all its scheduled serviceable assets.
o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa £20,000. NB: These works are not guaranteed to the Service Provider.
o Single Point of Contact and Emergency 24/7 Call Out Facility
The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council’s sustainable philosophy for building management.
The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate.
The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific.
Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term.
The Supplier must be registered with the appropriate confederation or association related to the respective trades involved. In addition, the supplier must hold valid and current certification with an SSIP member scheme or an ISO45001 for occupational health and safety systems from a UKAS accredited certification body and have been assessed for working with electrical services.
The start date of the awarded contract is 1st April 2024. The term will be for three years with the option for up to 2 further extensions of up to 12 months each.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.11) Information about options
Options:
Yes
Description of options:
Option for up to 2 further extensions of up to 12 months each after the initial 3 year term.
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 contract value in II.1.7 and V.2.4 is the total modelled cost for the initial 3 year contract period.
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-029663
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/03/2024
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
The Chiltern Lift Company Limited
8-10 Furlong Road
Bourne End, Buckinghamshire
SL8 5DG
UK
NUTS: UKJ13
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 416 733.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The High Court
The Royal Courts of Justice
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
27/03/2024