Tender

EC0968 Comprehensive planned and reactive lift maintenance services.

  • University of Edinburgh

F02: Contract notice

Notice identifier: 2023/S 000-012951

Procurement identifier (OCID): ocds-h6vhtk-031698

Published 5 May 2023, 12:50pm



Section one: Contracting authority

one.1) Name and addresses

University of Edinburgh

Edinburgh

EH11HT

Contact

Laura Schouten

Email

laura.schouten@ed.ac.uk

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.ed.ac.uk/schools-departments/procurement/supplying

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

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/

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

EC0968 Comprehensive planned and reactive lift maintenance services.

Reference number

EC0968

two.1.2) Main CPV code

  • 50750000 - Lift-maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The University of Edinburgh wishes to appoint two Lift Maintenance Contractors (one per geographical Lot) for comprehensive planned and reactive lift maintenance services, including regular planned preventative maintenance, 24 hour breakdown response and all repairs to the lifts to keep them operating in a safe and reliable condition. Please refer to the ITT tender documents for full details of the scope.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

EC0958 - Lift Maintenance Peripheral Area

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh

two.2.4) Description of the procurement

The University of Edinburgh wishes to appoint one Lift Maintenance Contractor for Lot 2 Peripheral Area. Please refer to the ITT tender documents for full details of the scope.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This Contract is for a period of 2 years, with the option to extend for up to two years (2+1+1).

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

two.2) Description

two.2.1) Title

EC0958 - Lift Maintenance Central Area

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh

two.2.4) Description of the procurement

The University of Edinburgh wishes to appoint one Lift Maintenance Contractor for Lot 1 Central Area. Please refer to the ITT tender documents for full details of the scope.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This Contract is for a period of 2 years, with the option to extend for up to two years (2+1+1).

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

SPD Part IV: Selection Criteria - A: Suitability - Question 4A.2

Bidders must confirm they hold membership of LEIA (Lift Escalator Industries Association) or equivalent.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Part IV: Selection criteria - B: Economic and financial standing – Question 4B1.1 (turnover requirement), 4B5.1 and 4B5.2 (insurance requirements), and 4B6 (other requirements).

Minimum level(s) of standards possibly required

Question 4B1.1

Tenderers are required to have the following minimum “general” annual turnover for the last three financial years:

- Lot 1: 450,000 GBP

- Lot 2: 300,000 GBP

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading in question 4B3

Question 4B5.1 and 4B5.2

Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

- Employer’s Liability Insurance: 5,000,000 GBP

- Public Liability Insurance: 10,000,000 GBP

- Professional Indemnity Insurance: 5,000,000 GBP

Question 4B6

SPD 4B.6 Statement 1 (PCG):

Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract.

SPD 4B.6 Statement 2 (Financial Strength):

Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations.

Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios:

- Current Ratio

- Quick Ratio

- Debtors Turnover Ratio

- Return on Assets

- Working Capital

- Debt to Equity Ratio

- Gross Profit Ratio

A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised.

This information may be used to assess financial sustainability.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C1.2 and 4C10

Minimum level(s) of standards possibly required

Question 4C1.2

Bidders will be required to provide three relevant examples of services carried out during the past three years that demonstrate that you have relevant experience to deliver the services described in the Contract Notice. Please refer to the ITT tender documents for full details.

Question 4C10

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Please refer to the ITT tender documents for full details.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the ITT tender documents for full details.


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-004093

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

Date

5 June 2023

Local time

12:00pm

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

four.2.7) Conditions for opening of tenders

Date

5 June 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: Spring 2027

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

SPD Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management Standards– Question 4D1 and 4D2

4D1 Statement 1 Quality Management:

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). If the bidder does not hold this, then the bidder must have equivalent, regulated reviewed documented policy and processes. Please refer to the ITT tender documents for full details.

4D1 Statement 2 Health and Safety:

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (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 the bidder does not hold this, then the bidder must have equivalent, regulated reviewed documented policy and processes. Please refer to the ITT tender documents for full details.

4D2 Statement Environmental Management System:

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 the bidder does not hold this, then the bidder must have equivalent, regulated reviewed documented policy and processes. Please refer to the ITT tender documents for full details.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24030. 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:

Please refer to the ITT tender documents for full details.

(SC Ref:730074)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom