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

Tender for the Provision of a Planned and Reactive Maintenance Service for Lifts and Hoists

  • First published: 10 October 2023
  • Last modified: 10 October 2023

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:
ocds-h6vhtk-0408ed
Published by:
Buckinghamshire Council
Authority ID:
AA79544
Publication date:
10 October 2023
Deadline date:
17 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Buckinghamshire Council is seeking an experienced supplier to deliver its Planned and Reactive Maintenance Service for Lifts and Hoists.

This service 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 requires 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.

Suppliers must be registered with the appropriate confederation or association related to the respective trades involved. In addition, suppliers 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 contract start date is anticipated to be 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.

Full notice text

Contract notice

Section I: Contracting authority

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.supplybucksbusiness.org.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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 is seeking an experienced supplier to deliver its Planned and Reactive Maintenance Service for Lifts and Hoists.

This service 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 requires 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.

Suppliers must be registered with the appropriate confederation or association related to the respective trades involved. In addition, suppliers 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 contract start date is anticipated to be 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.1.5) Estimated total value

Value excluding VAT: 417 685.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34952000

42411000

42413000

42416000

42419500

42419510

42419520

II.2.3) Place of performance

NUTS code:

UKJ13


Main site or place of performance:

Buckinghamshire

II.2.4) Description of the procurement

Buckinghamshire Council is seeking an experienced supplier to deliver its Planned and Reactive Maintenance Service for Lifts and Hoists.

This service 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 requires 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.

Suppliers must be registered with the appropriate confederation or association related to the respective trades involved. In addition, suppliers 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 contract start date is anticipated to be 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

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 417 685.00  GBP

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:

Option for up to 2 further extensions of up to 12 months each

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:

Option for up to 2 further extensions of up to 12 months each after the initial 36 month

contract 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 covers the initial 36 month contract term and an additional 24 months.

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:

Selection criteria as stated in the procurement documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

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: 17/11/2023

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

IV.2.7) Conditions for opening of tenders

Date: 17/11/2023

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Royal Courts of Justice

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Council will incorporate a standstill period at the point when information on the award of

the contract is communicated to tenderers. The standstill period will be for a minimum of 10

calendar days and provides time for unsuccessful tenderers to challenge the award decision

before the contract is entered into. The Public Contracts Regulations 2015 provide for the

aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to

take action in the High Court (England, Wales and Northern Ireland)

VI.5) Date of dispatch of this notice

09/10/2023

Coding

Commodity categories

ID Title Parent category
34952000 Hydraulic-platforms hoists Loadbearing equipment
42413000 Jacks and vehicle hoists Lifting and handling equipment
50750000 Lift-maintenance services Repair and maintenance services of building installations
42416000 Lifts, skip hoists, hoists, escalators and moving walkways Lifting and handling equipment
42419500 Parts of lift, skip hoists or escalators Parts of lifting and handling equipment
42419510 Parts of lifts Parts of lifting and handling equipment
42419520 Parts of skip hoists Parts of lifting and handling equipment
42411000 Pulley tackle and hoists Lifting and handling equipment

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:
ann.spence@buckinghamshire.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.