Lift Servicing and Maintenance Measured Term Contract Ayr
To carry out the servicing, maintenance and repair (if necessary) of lifts in occupied properties throughout South Ayrshire.
United Kingdom-Ayr: Lifts
2018/S 218-499421
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Buildings, Wellington Square
Ayr
KA7 1DR
United Kingdom
Telephone: +44 3001230900
E-mail: procurement@south-ayrshire.gov.uk
NUTS code: UKM94
Internet address(es):Main address: http://www.south-ayrshire.gov.uk/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
CE-93-18 — Measured Term Contract (MTC) Lift Servicing and Maintenance
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council requires to appoint, to a Measured Term Contract, a suitably experienced service provider to carry out the servicing, maintenance and repair (if necessary) of lifts in occupied properties throughout South Ayrshire.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Council requires to appoint, to a Measured term Contract, a suitably experienced service provider to carry out the servicing, maintenance and repair (if necessary) of lifts in occupied properties throughout South Ayrshire.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 years and 2 months (+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below:
— for the purposes of this Contract, the contractor and/or sub contractor who is responsible for all electrical installations must be a member of NICEIC or Select and will be required to provide his registration details,
— for the purposes of this Contract, the contractor and/or sub contractor who is responsible for the lifts must be a member of the Lift And Escalator Industry Association.
III.1.2)Economic and financial standing
It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below:
Insurances:
— Employers (Compulsory) Liability Insurance = 10 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies,
— Public Liability Insurance = 5 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current — Public Liability Insurance certificate,
— Contractors All Risks Insurance = 1 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate.
— Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used.
Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies.
Financial standing:
The Council will access a Credit safe report for a tenderers organisation and use the information contained within to assist with the assessment of the Bidder’s economic and financial standing.
In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below:
A copy of the organisation’s audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end.
OR
A statement of the organisation’s turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. Note: if this information is not available in an audited format tenderers may be required to provide an end of period balance sheet or make the response specified below.
OR
If tenderers are unable to provide the information requested above, they may be required to provide additional information and documentation that will give the Authority the assurance that they are capable of carrying out any subsequent awarded contract. For example, a statement of their organisation’s cash flow forecast for the current year and a letter from the organisation’s bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.
Once the Council has received and considered such financial information as is made available in line with the requirements above, the Council shall have discretion to ask tenderers to provide either a parent company guarantee and/or a guarantee from an agreed financial institution as it considers appropriate (acting reasonably).
In the event that additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.
III.1.3)Technical and professional ability
Tenderer`s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the “Measured Term Contract (MTC) Lift Servicing and Maintenance”. The below requirements will be requested at the “Request for Documentation” Stage:
Two (2) examples of the provision of similar goods/services/works may be requested and must be from within the last 3 years for goods and services and within the last 5 years of work contracts.
If tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.
Tenderers may also be required to provide:
Technical skills.
A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance.
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise.
Technical resources.
A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance.
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise.
Technical confirmation.
If available, copies of completion certificates or customers’ written declaration which validates the examples you have provided.
Guidance.
If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you.
III.2.2)Contract performance conditions:
See PCS-Tender documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
September 2022.
VI.2)Information about electronic workflows
VI.3)Additional information:
See PCS-Tender documents.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12275. 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:
It has become clear that there is scope within the EU legal framework which applies to public contracts, to use contracts to deliver wider social benefits such as:
— targeted recruitment and training (providing employment and training opportunities/apprenticeships),
— SME and social enterprise development,
— community engagement.
As part of your response to the Quality criteria, tenderers are requested to provide an outline of all community benefits you can offer for this contract.
(SC Ref:563979)
VI.4.1)Review body
County Buildings, Wellington Square
Ayr
KA7 1DR
United Kingdom
Telephone: +44 3001230900Internet address: http://www.south-ayrshire.gov.uk/procurement/
VI.5)Date of dispatch of this notice: