Tender

TMC for the the Servicing, Maintenance and Repair of Lift Installations to Falkirk Council Properties (TMC-7844)

  • Falkirk Council

F02: Contract notice

Notice identifier: 2021/S 000-012136

Procurement identifier (OCID): ocds-h6vhtk-02b6da

Published 1 June 2021, 9:55am



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

Development Services, Abbotsford House, David's Loan

Falkirk

FK2 7YZ

Contact

Roslyn Melville

Email

roslyn.melville@falkirk.gov.uk

Telephone

+44 7483920651

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

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

http://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.publiccontractsscotland.gov.uk/

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

TMC for the the Servicing, Maintenance and Repair of Lift Installations to Falkirk Council Properties (TMC-7844)

Reference number

TMC-7844

two.1.2) Main CPV code

  • 50750000 - Lift-maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

This contract comprises the following works/ service provision to various of Falkirk Councils Properties:

- The servicing and maintenance (planned and preventative) and repair of lift and hoist installations as detailed within the schedules provided on an all inclusive basis.

- The provision of a 1hr emergency call out service for passenger entrapment and 4hrs for any other call out. To be provided during the normal operational hours of the particular buildings as all noted in the Property and Equipment List.

- To carry out any necessary repairs/renewals including replacement parts.

- To carry out any noted repairs/renewals as a result of the insurance inspection and instructed Supplementary Testing.

- To provide Record Report Sheets

The following work/service provisions are also included within the scope of this contract but will be paid for over and above the “Servicing and Maintenance rates”:

- To carry out repairs as a result of vandalism

- To carry out any required Supplementary Testing

two.1.5) Estimated total value

Value excluding VAT: £255,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Within the boundaries of the Falkirk Council Area.

two.2.4) Description of the procurement

This contract comprises the following works/ service provision to various of Falkirk Councils Properties:

- The servicing and maintenance (planned and preventative) and repair of lift and hoist installations as detailed within the schedules provided on an all inclusive basis.

- The provision of a 1hr emergency call out service for passenger entrapment and 4hrs for any other call out. To be provided during the normal operational hours of the particular buildings as all noted in the Property and Equipment List.

- To carry out any necessary repairs/renewals including replacement parts.

- To carry out any noted repairs/renewals as a result of the insurance inspection and instructed Supplementary Testing.

- To provide Record Report Sheets

The following work/service provisions are also included within the scope of this contract but will be paid for over and above the “Servicing and Maintenance rates”:

- To carry out repairs as a result of vandalism

- To carry out any required Supplementary Testing

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: £255,000

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

Start date

1 October 2021

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

The contract includes an option to extend the contract by another 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: 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

As per criteria stated in the attached Tender Documents and the attached SPD(S) Standardised Statements Document.

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As per criteria stated in the attached Tender Documents and the attached SPD(S) Standardised Statements Document

three.2.2) Contract performance conditions

As per criteria stated in the attached Tender Documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

12 July 2021

Local time

2:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 July 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 6 months prior to the end date of this contract if option to extend for 1 year has not been utilised.

six.3) Additional information

As stated in the attached Tender Documents and the attached SPD(S) Standardised Statements Document.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=655699.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.

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:

As Stated in the Tender Documents

(SC Ref:655699)

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace

Shriff Court House, Main Street, Camelon

Falkirk

FK1 4AR

Country

United Kingdom

Internet address

http://www.falkirk.gov.uk