NHS Scotland Lift Maintenance Services Framework
Multiple Lots. To cover the inspection, testing, servicing, maintenance, repairs.
United Kingdom-Edinburgh: Lift-maintenance services
2017/S 172-352582
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
United Kingdom
Contact person: Robert Armstrong
Telephone: +44 1413001151
E-mail: robert.armstrong3@nhs.net
NUTS code: UKM
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
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:
NP811-17 Lift Maintenance Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This framework agreement is for the provision of Lift Maintenance Services to cover the inspection, testing, servicing, maintenance, repairs, upgrades and refurbishment of existing goods and passenger lifts, elevators, dumb waiters, scissor lifts, stair lifts, escalators and other related equipment for vertical transportation for a period of 4 years.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
The whole of Scotland for all NHS Special Health Boards but note that the NHS Special Health Boards may include their buildings into other lots where this provides better value for money.
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This framework agreement is for the provision of Lift Maintenance Services to cover the inspection, testing, servicing, maintenance, minor repairs, upgrades and refurbishments of goods and passenger lifts, elevators, dumb waiters, scissor lifts, stair lifts, escalators and other related equipment for vertical transportation for a period of 4 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal of this Framework Agreement will be in 4 years.
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
Lot 5 will be awarded on a sole supplier basis.
II.2.1)Title:
NP811-17 Lift Maintenance Services — Major Repairs, Upgrades & Refurbishment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This framework agreement is for the provision of Lift Maintenance Services to cover the major repairs, upgrades and refurbishments of existing goods and passenger lifts, elevators, dumb waiters, scissor lifts, stair lifts, escalators and other related equipment for vertical transportation for a period of 4 years located throughout the whole of NHS Scotland.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal of this Framework Agreement will be in 4 years.
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
Lot 6 will be awarded as a nationwide multi-supplier unranked Framework Agreement. The Health Boards will access Lot 6 to undertake a mini-competition with the Framework Participants when required.
II.2.1)Title:
NHS Grampian/NHS Shetland/NHS Orkney/NHS Highland/NHS Western Isles
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This framework agreement is for the provision of Lift Maintenance Services to cover the inspection, testing, servicing, maintenance, minor repairs, upgrades and refurbishments of goods and passenger lifts, elevators, dumb waiters, scissor lifts, stair lifts, escalators and other related equipment for vertical transportation for period of 4 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal of this Framework agreement will be in 4 years.
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
Lot 1 will be awarded on a sole supplier basis.
II.2.1)Title:
NHS Forth Valley/NHS Tayside/NHS Fife
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This framework agreement is for the provision of Lift Maintenance Services to cover the inspection, testing, servicing, maintenance, minor repairs, upgrades and refurbishments of goods and passenger lifts, elevators, dumb waiters, scissor lifts, stair lifts, escalators and other related equipment for vertical transportation over a 4 year period.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal of this Framework Agreement will be in 4 years.
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
Lot 2 will be awarded on a sole supplier basis.
II.2.1)Title:
NHS Lothian/NHS Borders
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This framework agreement is for the provision of Lift Maintenance Services to cover the inspection, testing, servicing, maintenance and minor repairs, upgrades and refurbishments of goods and passenger lifts, elevators, dumb waiters, scissor lifts, stair lifts, escalators and other related equipment for vertical transportation for a period of 4 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal of this Framework Agreement will be in 4 years.
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
Lot 3 will be awarded on a sole supplier basis.
II.2.1)Title:
NHS Greater Glasgow & Clyde inc. Golden Jubilee National Hospital/NHS Ayrshire & Arran/NHS Dumfries & Galloway/NHS Lanarkshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This framework agreement is for the provision of Lift Maintenance Services to cover the inspection, testing, servicing, maintenance, minor repairs, upgrades and refurbishments of goods and passenger lifts, elevators, dumb waiters, scissor lifts, stair lifts, escalators and other related equipment for vertical transportation for a period of 4 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal of this Framework Agreement will be in 4 years.
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
Lot 4 will be awarded on a sole supplier basis.
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
The tenderer shall provide evidence of their current membership of LEIA, ELA, SAFed or relevant equivalents.
Tenderers who do not provide the appropriate evidence with their tender will be eliminated and their tender will not be subject to further evaluation.
III.1.2)Economic and financial standing
Selection criteria is as stated in the procurement documents.
The period of time relevant to ESPD Question 4B.1.1 is 3 years.
The information relevant to the ESPD 4B.2.1 is 3 years and the provision of Lift Maintenance Services to cover the inspection, testing, servicing, maintenance, repairs, upgrades and refurbishment of existing goods and passenger lifts, elevators, dumb waiters, scissor lifts, stair lifts, escalators and other related equipment for vertical transportation for a period of 4 years.
For the purposes of ESPD 4B.5:
Employers Liability Insurance — 10 000 000 GBP.
Public Liability Insurance — 5 000 000 GBP.
Product Liability Insurance — 10 000 000 GBP.
Financial Ratios are required as described in the Technical Envelope of the ITT.
Tenderers shall submit their audited financial accounts for the most recent two years.
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents.
Provide two examples of experience in a contract of a similar nature and size, including geographical locations across Scotland, volume, scope and technical requirement from 2013-2016.
III.2.2)Contract performance conditions:
As stated in the procurement documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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
Estimate: 4 years.
VI.3)Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8913. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Due to the nature of the services required, no sub-contractors will be permitted to be used by any contractor without the prior permission of the Participating Authorities authorised person.
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:
The ITT will explore Community Benefits and Sustainability issues as outlined in the ESPD document, Technical Envelope.
(SC Ref:502620).
VI.4.1)Review body
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
United Kingdom
Telephone: +44 1698794410Internet address:http://www.nhsscotlandprocurement.scot.nhs.uk/
VI.5)Date of dispatch of this notice: