Opportunity

Passenger Lift Refurbishment and Maintenance Framework

  • Lancashire County Council

F02: Contract notice

Notice reference: 2022/S 000-008334

Published 28 March 2022, 5:39pm



Section one: Contracting authority

one.1) Name and addresses

Lancashire County Council

County Hall, PO Box 100

Preston

PR1 0LD

Contact

James Bennett

Email

james.bennett@lancashire.gov.uk

Telephone

+44 1772539970

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://www.lancashire.gov.uk/isupplier/

Buyer's address

https://www.lancashire.gov.uk/isupplier/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.lancashire.gov.uk/isupplier/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.lancashire.gov.uk/isupplier/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Passenger Lift Refurbishment and Maintenance Framework

Reference number

JB/CAS/LCC/22/1246

two.1.2) Main CPV code

  • 50750000 - Lift-maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

A framework for the delivery of various programmes of refurbishment, servicing testing and reactive repairs of passenger, passenger /goods and personal access lifts.

Lot 1 - Two year contract with the option to extend annually to a total of 4 years. Programme of statutory servicing, SAFED testing and reactive repairs (up to a value of £5,000)

Lot 2 - Lift refurbishment, replacement and repairs valued in excess of £5,000

Additional CPV codes;

50750000 - Lift-maintenance services

45313100 - Lift installation work

42416120 - Goods lifts

42416130 - Mechanical lifts

The framework is open to all Public Sector Bodies within the North West of England. Refer to the ITT documentation for further information.

two.1.5) Estimated total value

Value excluding VAT: £1,032,420

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Provision of service and maintenance works up to £5,000

Lot No

1

two.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Refer to ITT documents

two.2.4) Description of the procurement

Provision of service and maintenance works up to £5,000. Two year contract with the option to extend annually to a total of 4 years for the programme of statutory servicing, SAFED testing and reactive repairs (up to a value of £5,000)

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,032,420

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Call-off contracts under the framework may include a renewal or option to extend. Further detail provided within each call-off contract.

two.2) Description

two.2.1) Title

Provision of lift refurbishment, replacement and repairs valued in excess of £5,000

Lot No

2

two.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Refer to ITT documents

two.2.4) Description of the procurement

Provision of lift refurbishment, replacement and repairs valued in excess of £5,000. Work will be allocated by mini-competition and detailed within the ITT documents.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,032,420

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Refer to ITT documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Refer to ITT documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 April 2022

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

29 April 2022

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Lancashire County Council

County Hall, PO Box 100

Preston

PR1 0LD

Email

james.bennett@lancashire.gov.uk

Country

United Kingdom