Maintenance and Servicing of Lifts for Tayside Procurement Consortium
Tayside Procurement Consortium are seeking to appoint suitably qualified and experienced Contractors for the Maintenance and Servicing (and Repair) of Lifts.
United Kingdom-Dundee: Lifts
2017/S 035-063327
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Fairmuir Depot, Clepington Road
Dundee
DD8 3DZ
United Kingdom
Telephone: +44 1382834182
E-mail: tayside.procurement@dundeecity.gov.uk
NUTS code: UKM21
Address of the buyer profile:http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Servicing/Maintenance (and Repair) of Lifts.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Tayside Procurement Consortium are seeking to appoint suitably qualified and experienced Contractors for the Maintenance and Servicing (and Repair) of Lifts and Removal and Disposal of Lifts providing both routine/planned servicing/maintenance (and repair) and emergency services. The lifts inventory covers a wide range of lift type (manufacturer make and models).
The Framework will be available to the following Purchasing Organisations/Purchasers should they choose to participate;
Angus Council (Contract Lot 1),
Perth and Kinross Council (Contract Lot 2),
Dundee City Council (Contract Lot 3).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Angus Council Area
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Angus Council Area (including Tayside Contracts Lifts).
II.2.4)Description of the procurement:
Servicing/Maintenance (and Repair) of lifts owned by Tayside Contracts located within Angus Council, Dundee City Council or Perth and Kinross Council area.
Removal and Disposal of lifts owned by Tayside Contracts located within Angus Council, Dundee City Council or Perth and Kinross Council area.
Tayside Procurement Consortium are seeking to appoint suitably qualified and experienced Contractors for the Maintenance and Servicing (and Repair) of Lifts and Removal and Disposal of Lifts, providing both routine/planned servicing (and repair) and emergency services. The lifts inventory covers a wide range of lift type (manufacturer make and models).
Tenderers should note that places on the Framework will be awarded to a maximum of 3 suppliers per Lot (maximum 12 in total). Each Lot will be ranked with Suppliers tiered 1, 2 and 3 respectively. For direct awards, Suppliers ranked 2nd will only be used where Supplier 1 is not able to meet the Participating Organisation/Purchaser’s requirements. Suppliers ranked 3rd will only be used where Suppliers 1 and 2 are unable to meet the Participating Organisation/Purchaser’s requirements. For mini-competitions within each Lot only Suppliers appointed to that Lot will be invited to tender. There will be no mini-competitions across Lots.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
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.
II.2.1)Title:
Perth and Kinross Council Area
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Perth and Kinross Council area (including Tayside Contracts Lifts).
II.2.4)Description of the procurement:
Servicing/Maintenance (and Repair) of lifts owned by Tayside Contracts located within Angus Council, Dundee City Council or Perth and Kinross Council area.
Removal and Disposal of lifts owned by Tayside Contracts located within Angus Council, Dundee City Council or Perth and Kinross Council area.
Tayside Procurement Consortium are seeking to appoint suitably qualified and experienced Contractors for the Maintenance and Servicing (and Repair) of Lifts and Removal and Disposal of Lifts, providing both routine/planned servicing (and repair) and emergency services. The lifts inventory covers a wide range of lift type (manufacturer make and models).
Tenderers should note that places on the Framework will be awarded to a maximum of 3 suppliers per Lot (maximum 12 in total). Each Lot will be ranked with Suppliers tiered 1, 2 and 3 respectively. For direct awards, Suppliers ranked 2nd will only be used where Supplier 1 is not able to meet the Participating Organisation/Purchaser’s requirements. Suppliers ranked 3rd will only be used where Suppliers 1 and 2 are unable to meet the Participating Organisation/Purchaser’s requirements. For mini-competitions within each Lot only Suppliers appointed to that Lot will be invited to tender. There will be no mini-competitions across Lots.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
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.
II.2.1)Title:
Dundee City Council Area
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Dundee City Council area.
II.2.4)Description of the procurement:
Servicing/Maintenance (and Repair) of lifts owned by Tayside Contracts located within Angus Council, Dundee City Council or Perth and Kinross Council area.
Removal and Disposal of lifts owned by Tayside Contracts located within Angus Council, Dundee City Council or Perth and Kinross Council area.
Tayside Procurement Consortium are seeking to appoint suitably qualified and experienced Contractors for the Maintenance and Servicing (and Repair) of Lifts and Removal and Disposal of Lifts, providing both routine/planned servicing (and repair) and emergency services. The lifts inventory covers a wide range of lift type (manufacturer make and models).
Tenderers should note that places on the Framework will be awarded to a maximum of 3 suppliers per Lot (maximum 12 in total). Each Lot will be ranked with Suppliers tiered 1, 2 and 3 respectively. For direct awards, Suppliers ranked 2nd will only be used where Supplier 1 is not able to meet the Participating Organisation/Purchaser’s requirements. Suppliers ranked 3rd will only be used where Suppliers 1 and 2 are unable to meet the Participating Organisation/Purchaser’s requirements. For mini-competitions within each Lot only Suppliers appointed to that Lot will be invited to tender. There will be no mini-competitions across Lots.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
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.
II.2.1)Title:
Tayside Contracts Lifts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Angus Council area, Dundee City Council area or Perth and Kinross Council area.
II.2.4)Description of the procurement:
Servicing/Maintenance (and Repair) of lifts owned by Tayside Contracts located within Angus Council, Dundee City Council or Perth and Kinross Council area.
Removal and Disposal of lifts owned by Tayside Contracts located within Angus Council, Dundee City Council or Perth and Kinross Council area.
Tayside Procurement Consortium are seeking to appoint suitably qualified and experienced Contractors for the Maintenance and Servicing (and Repair) of Lifts and Removal and Disposal of Lifts, providing both routine/planned servicing (and repair) and emergency services. The lifts inventory covers a wide range of lift type (manufacturer make and models).
Tenderers should note that places on the Framework will be awarded to a maximum of 3 suppliers per Lot (maximum 12 in total). Each Lot will be ranked with Suppliers tiered 1, 2 and 3 respectively. For direct awards, Suppliers ranked 2nd will only be used where Supplier 1 is not able to meet the Participating Organisation/Purchaser’s requirements. Suppliers ranked 3rd will only be used where Suppliers 1 and 2 are unable to meet the Participating Organisation/Purchaser’s requirements. For mini-competitions within each Lot only Suppliers appointed to that Lot will be invited to tender. There will be no mini-competitions across Lots.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
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.
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
A) The Supplier/Contractor or sub-contractor who is responsible for the lifts must be a member of the ‘Lift and Escalator Industry Association (LEIA)’ (or equal and approved) and will be required to provide registration and certification details;
B) The Supplier/Contractor must have a Health and Safety Assessment Scheme (‘CHAS — The Contractors Health and Safety Assessment Scheme’) accreditation (or equal and approved) and 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’) or ‘SAFE Contractor Scheme’ (or equal and approved) and will be required to provide registration and certification details.
Contractors must provide an approval letter of compliance or accreditation certificate as evidence.
Membership of ‘Constructionline’ is desirable. Note, although ‘Constructionline’ appears in the SSIP Forum membership list, membership of ‘Constructionline’ alone, will not be regarded as an ‘equal’ H&S qualification.
It will be TPCs ultimate decision as to whether the tenderer’s H&S qualification is equal and approved.
III.1.2)Economic and financial standing
Please refer to these statements when completing Section 4B of the ESPD (Scotland):
Bidders will be required to state the value(s) for the following financial measurement(s):
‘Net Profit’ in 2 consecutive years’ and ‘positive shareholders funds in 2 consecutive years’.
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contracts, the types of insurance indicated below:
Public Liability Insurance = 5 000 000 GBP.
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP.
III.1.3)Technical and professional ability
Bidders are require to:
provide examples demonstrating that they have the relevant experience to deliver the services as described in Part II.2.4 of the OJEU Contract Notice;
confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control;
confirm their average annual manpower and number of managerial staff for the last 3 years;
demonstrate that they have (or have access to) the relevant tools, place or technical equipment to deliver the types of requirements detailed in II.2.4;
confirm whether they intend to subcontract and, if so, for what proportion of the contract;
confirm that they have the environmental management measures; Bidder must either be a Registered Waste Carrier themselves or employ the services of a Registered Waste Carrier and will be required to provide details of the Registered Waste Carrier;
The engineers deployed to the Framework must be time-served electricians;
It is a requirement that anyone who will undertake Regulated Work (unsupervised contact with children or adults) be vetted. All staff involved in Regulated Work associated with this Contract are subject to the Protection of Vulnerable Groups (PVG) Scheme Registration or equivalent. All relevant staff must not be barred from working unsupervised with vulnerable children and adults.
These requirements apply to staff from the Supplier/Contractor organisation or sub-contractors staff or staff from consortium members.
III.2.1)Information about a particular profession
All operatives engaged on the works shall:
Be suitably trained and have appropriate qualifications and experience and all works to electrical equipment shall be carried out by a competent time-served electrician.
III.2.2)Contract performance conditions:
Engineers must be suitably trained and have appropriate qualifications and experience and all works to electrical equipment shall be carried out by a competent time-served electrician.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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
Public Contracts Scotland Tender (PCST) Opening Postbox.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Bidder must ensure that any proposed sub-contractor submits an ESPD.
Question scoring methodology for scored elements can be found together with the weightings within the ‘Lift Main Tender Evaluation Final’ document within PCST:
Scoring Range is as follows:
0 % of the points allocated to the question (Tender Submission) Unacceptable — No submission/submission not relevant — To be awarded when quality element has been omitted or response not relevant.
25 % (1) of the points allocated to the question (Tender Submission) Poor — Submission partially relevant but poor — the proposals fail to meet basic requirements.
50 % (2) of the points allocated to the question (Tender Submission) Acceptable — Submission relevant and acceptable — the proposals meet basic requirements and are supported with general statements.
75 % (3) of the points allocated to the question (Tender Submission) Good — Submission completely relevant and good — the proposals meet basic requirements and are supported with a high level of detail.
100 % (4) of the points allocated to the question (Tender Submission) Excellent — Submission completely relevant and exceptional — the proposals exceeds basic requirements and are seen to be thoughtful, innovative and/or flexible.
A summary of the expected Community Benefits has been provided as follows:
‘Due to the value of this procurement, community benefits will be specified within the ITT and Framework Agreement. This will apply once the Supplier receives 50 000 GBP worth of work through the Framework (total orders received via Framework) and the Supplier will be expected to delivery a minimum of one awareness raising session per year of the Framework’s existence. The awareness session must be held in Tayside.
— Awareness Raising around the suppliers core skill/area of expertise (e.g. electrical engineering),
— Apprenticeship Placements/Hours.
Tenderers to provide details of how they will meet this requirement’.
E-Procurement:
Each of the Participating Organisations are at different stages of implementing E Procurement solutions (ordering, invoices and payment) and will require the Framework Suppliers to adapt to their individual requirements.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7484. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Due to the value of this procurement, community benefits will be specified within the ITT and Framework Agreement. This will apply once the Supplier receives 50 000 GBP worth of work through the Framework (total orders received via Framework) and the Supplier will be expected to delivery a minimum of one awareness raising session per year of the Framework’s existence. The awareness session must be held in Tayside.
— Awareness Raising around the suppliers core skill/area of expertise (e.g. electrical engineering),
— Apprenticeship Placements/Hours.
(SC Ref:479083).
VI.4.1)Review body
Fairmuir Depot, Clepington Road
Dundee
DD8 3DZ
United Kingdom
Telephone: +44 1382834182Internet address:http://www.taysideprocurement.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
University of Edinburgh Lift Consultant Tender
Passenger Lift Refurbishment Contract Canterbury
Domestic Lifts and Hoists Servicing Contract London
Lift Maintenance and Servicing Contracts South West England