Passenger Lift Maintenance and Repair Contract 2017 – 2020
Contract consists of Planned Servicing and Reactive Maintenance to passenger lift installations within various residential properties.
United Kingdom-Glasgow: Lift-maintenance services
2017/S 134-274521
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
187 Crown Street
Glasgow
G5 9XT
United Kingdom
Telephone: +44 1414293900
E-mail: paul@newgorbalsha.org.uk
NUTS code: UKM34Internet address(es):Main address: www.newgorbalsha.org.uk
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:
New Gorbals H.A. Passenger Lift Maintenance & Repair Contract: 1.10.2017 — 30.9.2020.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The work to be carried out under this Contract consists of Planned Servicing and Reactive Maintenance to passenger lift installations within various residential properties. The properties are located across the Gorbals area of Glasgow as detailed within the Invitation to Tender document.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The Gorbals area of Glasgow.
II.2.4)Description of the procurement:
The work to be carried out under this Contract consists of Planned Servicing and Reactive Maintenance to passenger lift installations within various residential properties. The properties are located across the Gorbals area of Glasgow as detailed elsewhere within document.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract is to be let for a period of three years with an option to extend the contract on a yearly basis for a further 2 years. Any decision to extend the contract will be made entirely at the Employer’s discretion and will be subject to satisfactory performance against published key performance indicators.
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
In response to 4A.2 the Service provider must be a member of LEIA, or have an equivalent in-house structure.
III.1.2)Economic and financial standing
Please refer to this section when completing section 4B of the ESPD (Scotland):
Question Reference 4B.1.1: Bidders will require to have a general minimum yearly turnover of 200 000 GBP for the last 3 years. As evidence for this Southside Housing Association may ask for annual accounts for the bidder.
Question Reference 4B.2.1: Bidders will require to have a specific minimum yearly turnover of 200 000 GBP for the last 3 years in the business area covered by the contract. As evidence for this Southside Housing association may ask for annual accounts for the bidder.
Question Reference 4B.3: Where turnover information is not available for the period requested, the bidder will be required to state the date which they were setup/started trading.
Question Reference 4B.4:
Bidders must demonstrate a return on capital employed at a ratio of greater than zero.
Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities).
Bidders must demonstrate a Current Ratio of greater than 1.
Current Ratio will be calculated as follows: new current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Question Reference 4B.5.1 and 4B.5.2:It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers (Compulsory)Liability Insurance — 10 000 000 GBP.
Public Liability Insurance — 10 000 000 GBP.
Professional Indemnity Insurance — 1 000 000 GBP.
III.1.3)Technical and professional ability
In response to Question 4C.1.2 bidders will be required to provide no more than 2 examples of contracts which demonstrate the contractor’s ability to perform contracts of the scope, size and nature similar to the Works as described in part II.2.4 of this Contract Notice.
The example contracts must have been worked on in the last three years and demonstrate (over the 2 examples) the relevant experience to deliver the works.
The example projects must therefore be within a housing environment and the Bidder must have been appointed as the Main Contractor and must employ directly employed lift maintenance and repair engineers/technicians.
The example contracts must have been on-going for at least 12 months and the Bidder must be able to provide evidence of this.
In response to 4C.4 The Bidder must be able to provide a call handling facility 24 hours per day 7 days per week.
In response to 4C.6 Bidders will be required to confirm that they are LEIA Registered (or have equivalent in-house structure) and their directly employed operatives have the following relevant educational and professional qualifications;
All trades persons must be qualified to carry out passenger lift maintenance and repair works as required by this contract to NVQ Level 3 as a minimum.
Engineers/technicians engaged in electrical works must be NICEIC/SELECT registered (or equivalent).
All operatives engaged in site works must have current UKATA asbestos awareness training (note; — sub-contractors are not to be used for the passenger lift servicing and repair works).
In response to 4C.6.1 Bidders will be required to confirm that all supervisors must be trade qualified and have the same level of qualifications as set out for the site operatives as listed above, in addition supervisors to hold supervisory qualifications such as SSSTS or equivalent.
In response to 4D.1 (1.1 and 1.2) — Quality Assurance Schemes and Environmental Management Standards — The bidder must hold a UKAS(or equivalent)accredited independent third party certificate of compliance in accordance with BS EN ISO9001(or equivalent), AND the bidder must hold a UKAS(or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001(or equivalent)or 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)forum. If no certification is available specify which other means of proof concerning the quality assurance schemes can be provided and provided this information.
4D.2 (2.1 and 2.2) The bidder must hold a UKAS (or equivalent)accredited independent third party certificate of compliance with BS EN ISO 14001(or equivalent)or a valid EMAS(or equivalent)certificate. If no certification is available specify which other means of proof concerning the quality assurance schemes can be provided and provided this information.
If the Bidder cannot fulfill all of the above requirements they should not complete the ESPD or ITT documentation.
Unsatisfactory responses to Section D will result in a failure score.
III.2.1)Information about a particular profession
As noted previously in this notice within section III.1.3) Technical and professional ability.
III.2.2)Contract performance conditions:
The Contractor will adhere to the requirements of the Client Specification and Service Level Agreement as well as all other Conditions contained within the Invitation to Tender Document.
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
The Contract will be awarded for a period of three years with the option to extend thereafter on a yearly basis up to a maximum of two additional years. The earliest potential timescale for publication of a new notice is therefore July 2020.
VI.2)Information about electronic workflows
VI.3)Additional information:
ESPD assessment methodology — Pass/Fail.
ITT assessment methodology — the criteria are detailed within Appendix 4 of the Invitation to Tender document.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=504006
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:504006).
VI.4.1)Review body
187 Crown Street
Glasgow
G5 9XT
United Kingdom
Telephone: +44 1414293900
VI.5)Date of dispatch of this notice:
Related Posts
University of Bath Lift Maintenance Services
Essex Police Passenger Lift Replacement Contract
Norwich City Council Lift Servicing and Maintenance Contract
Planned Preventative Maintenance Tender Worcester
Lift Replacement Invitation to Quote