Tender

Lift Maintenance, Installation, and Refurbishment Services

  • APUC LIMITED

F02: Contract notice

Notice identifier: 2023/S 000-011015

Procurement identifier (OCID): ocds-h6vhtk-03bf50

Published 17 April 2023, 5:12pm



Section one: Contracting authority

one.1) Name and addresses

APUC LIMITED

Unit 27,Stirling Business Centre, Wellgreen

STIRLING

FK82DZ

Contact

Andy Anderson

Email

aanderson@apuc-scot.ac.uk

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

https://www.apuc-scot.ac.uk

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

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/stirling-sheriff-court-and-justice-of-the-peace-court