- Scope of the procurement
- Lot 1. Installation and Refurbishment Services - Scotland Wide
- Lot 2. Maintenance: East of Scotland (Edinburgh, Lothian, and Borders)
- Lot 3. Maintenance: Grampians
- Lot 4. Maintenance: Fife, Perth, Tayside, Stirlingshire & Central
- Lot 5. Maintenance: West of Scotland (Greater Glasgow, Argyll, etc.)
- Lot 6. Maintenance: North of Scotland; Highlands and Islands
Section one: Contracting authority
one.1) Name and addresses
APUC LIMITED
Unit 27,Stirling Business Centre, Wellgreen
STIRLING
FK82DZ
Contact
Andy Anderson
Telephone
+44 7766070781
Country
United Kingdom
Region code
UKM77 - Perth & Kinross and Stirling
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/authority/authority_buyerprofile.aspx
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Lift Maintenance, Installation, and Refurbishment Services
Reference number
EFM1052 AP
two.1.2) Main CPV code
- 50750000 - Lift-maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The supply and servicing maintenance and installation services for a range of Lifts to Universities, Colleges and other Institutions across Scotland
two.1.5) Estimated total value
Value excluding VAT: £14,372,000
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
Installation and Refurbishment Services - Scotland Wide
Lot No
1
two.2.2) Additional CPV code(s)
- 42416100 - Lifts
- 45313100 - Lift installation work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
This lot will cover Installation services across Scotland on a national basis.
two.2.4) Description of the procurement
The purpose of this lot is to provide Lift Installation and Refurbishment services on a national basis to all Institutions and associated bodies. This includes 1st year maintenance as part of the services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £3,760,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Maintenance: East of Scotland (Edinburgh, Lothian, and Borders)
Lot No
2
two.2.2) Additional CPV code(s)
- 42416100 - Lifts
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
- UKM75 - Edinburgh, City of
- UKM78 - West Lothian
- UKM91 - Scottish Borders
Main site or place of performance
East of Scotland (Edinburgh, Lothian, and Borders)
two.2.4) Description of the procurement
The purpose of this lot is to provide Lift Maintenance and minor refurbishment services on a geographical basis to all Institutions and associate members of APUC Ltd and other named bodies within Edinburgh, Lothians & Borders including East Lothian Council.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £2,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Maintenance: Grampians
Lot No
3
two.2.2) Additional CPV code(s)
- 42416100 - Lifts
two.2.3) Place of performance
NUTS codes
- UKM5 - North Eastern Scotland
Main site or place of performance
The Grampians region.
two.2.4) Description of the procurement
The purpose of this lot is to provide Lift Maintenance and minor refurbishment services on a geographical basis to all Institutions and associate members of APUC Ltd and other named bodies within the Grampians region including Aberdeen City and Aberdeenshire Councils.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £880,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Maintenance: Fife, Perth, Tayside, Stirlingshire & Central
Lot No
4
two.2.2) Additional CPV code(s)
- 42416100 - Lifts
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
- UKM72 - Clackmannanshire and Fife
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Fife, Perthshire, Dundee, Tayside, Stirlingshire and Central
two.2.4) Description of the procurement
The purpose of this lot is to provide Lift Maintenance and minor refurbishment services on a geographical basis to all Institutions and associate members of APUC Ltd and other named bodies within Fife, Perthshire, Dundee, Tayside, Stirlingshire and Central.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £2,840,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Maintenance: West of Scotland (Greater Glasgow, Argyll, etc.)
Lot No
5
two.2.2) Additional CPV code(s)
- 42416100 - Lifts
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
- UKM92 - Dumfries & Galloway
- UKM93 - East Ayrshire and North Ayrshire mainland
- UKM94 - South Ayrshire
- UKM95 - South Lanarkshire
Main site or place of performance
The lot will cover Institutions within West of Scotland (Greater Glasgow, Argyll, Renfrewshire, and Ayrshire).
two.2.4) Description of the procurement
The purpose of this lot is to provide Lift Maintenance and refurbishment services on a geographical basis to all Institutions and associate members of APUC Ltd and other named bodies within West of Scotland (Greater Glasgow, Argyll, Renfrewshire, and Ayrshire).
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £4,132,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Maintenance: North of Scotland; Highlands and Islands
Lot No
6
two.2.2) Additional CPV code(s)
- 42416100 - Lifts
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
Main site or place of performance
The lot covers Institutions within North of Scotland; Highlands and Islands
two.2.4) Description of the procurement
The purpose of this lot is to provide Lift Maintenance and minor refurbishment services on a geographical basis to all Institutions and associate members of APUC Ltd and other named bodies within North of Scotland; Highlands and Islands, including Highland Council.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
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
With reference to question 4A.2 of the SPD in the qualification questionnaire, bidders must confirm that they hold membership of the
following organisations:
LEIA; Lift and Escalator Industry Association or confirm equivalent quality assurance standards.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Minimum level(s) of standards required:
Please refer to question 4B.5 of the SPD and Economic and Financial standing section of the Contract Notice.
Tenderers must confirm they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP
Product Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
Professional Indemnity Insurance = 1 500 000 GBP
To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or
equivalent if awarded the Framework Agreement.
Alternatively, if the Contractor is unable to provide the required accounting information, e.g. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the term of the Framework Agreement.
Please refer to 4B.6 of the SPD.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide
evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment
performance.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Submission of Management Information
Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period.
Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website: http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period).
The supplied template is the only format permissible and should contain Contractor name, tender reference, total net spend by institution each month. If there has been no spend for the quarter, then this will still require you to log in and record a nil spend return.
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
Envisaged maximum number of participants to the framework agreement: 36
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
19 May 2023
Local time
11:59am
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
Tender must be valid until: 31 August 2023
four.2.7) Conditions for opening of tenders
Date
19 May 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 Months
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Form of Tender
Tenderers must sign the Form of Tender - Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.
Sustain Supply Chain Code of Conduct
In partnership with Institutions, the Authority has developed a Sustain Supply Chain Code of Conduct - Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Sustain Supply Chain Code of Conduct prior to award to assist in achieving its objectives.
Freedom of Information
Please confirm that you will be in a position to complete, prior to award, Appendix B - Freedom of Information (if applicable) in the Technical Questionnaire in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.
SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1
Please complete "Appendix E - SCM RP: Section 1" in the Technical Questionnaire in PCS-Tender. Tenderers must complete the SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
Living Wage Status
Please provide details on your position on the Real Living Wage. This information should be submitted in the Technical envelope. It is for information only and will not be scored.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23710. 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:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Contractor will work with the Authority to deliver Community Benefits or social value where they are identifiable throughout the term of the Framework Agreement. Examples of Community Benefits or social value are providing training opportunities to staff and students and investment in the local community.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 48945. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The targeted recruitment and training of New Entrants, the long-term unemployed and those further from the job market (by way of apprenticeships, work placements, university and college student internships, work experience etc)
Educational benefits to communities, including working closely with educational establishments and community groups to maximise educational opportunities that arise through performance of the agreement, increasing awareness, skills and digital accessibility.
Awareness of opportunities, either in a prime or sub-contracting role or inclusion within regionalised or national supply chains, for small to medium (SME) sized businesses and social enterprises.
(SC Ref:725031)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
Viewfield Place
Stirling
FK8 1NH
Country
United Kingdom