Tender

Framework Agreement for through floor lifts, external lifts and ceiling tracking hoists

  • Fife Council

F02: Contract notice

Notice identifier: 2025/S 000-016115

Procurement identifier (OCID): ocds-h6vhtk-050554

Published 22 April 2025, 9:14am



Section one: Contracting authority

one.1) Name and addresses

Fife Council

Fife House, North Street

Glenrothes

KY7 5LT

Contact

Yahia Reggab

Email

yahia.reggab@fife.gov.uk

Telephone

+44 3451550000

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.fife.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

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/esop/toolkit/negotiation/tnd/tenderConfiguration.do

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/esop/toolkit/negotiation/tnd/tenderConfiguration.do

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

Framework Agreement for through floor lifts, external lifts and ceiling tracking hoists

Reference number

CW0265

two.1.2) Main CPV code

  • 42416100 - Lifts

two.1.3) Type of contract

Supplies

two.1.4) Short description

Fife Council has a requirement the provision of Through Floor lifts, external lifts and ceiling tracking hoists within domestic and

non-domestic properties. The requirement also includes maintenance & servicing, removal and relocation of existing stock (domestic

properties only).

two.1.5) Estimated total value

Value excluding VAT: £2,800,000

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

Supply & Installation, Servicing & Maint/call outs, Removal & Relocation of Through Floor Lifts and External Lifts

Lot No

1

two.2.2) Additional CPV code(s)

  • 42416100 - Lifts

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Fife

two.2.4) Description of the procurement

Fife Council has a requirement for the installation of Through Floor Lifts, External Step Lifts,

External Platform Lifts, External Straight Stair lifts and External Inclined Platform Lifts within domestic

and non-domestic properties.

The requirement also includes maintenance & servicing, removal and relocation of existing stock in domestic properties only.

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

36

This contract is subject to renewal

Yes

Description of renewals

12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.

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

Supply & Installation, Servicing & Maint/call outs, Removal & Relocation of Ceiling Tracking Hoists

Lot No

2

two.2.2) Additional CPV code(s)

  • 42416300 - Hoists

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Fife

two.2.4) Description of the procurement

Fife Council has a requirement for the provision of Ceiling Tracking Hoists (Fixed & Room Cover) within domestic and non-domestic

properties.

The requirement includes maintenance & servicing, removal and relocation of hoists of existing stock within domestic properties only.

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

36

This contract is subject to renewal

Yes

Description of renewals

12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.

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

Full details of the objective rules and criteria for participation are contained within the ITT document. Please refer to the SPD and TN1

Document.

Criteria for evaluation – SPD (Scotland) will be used for the Selection Criteria.

Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;

Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6

Section C – Technical & Professional Ability – 4C.1.2 & 4C.6

Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.

Financial Analysis of ratios/accounts – The ratio to be used will be the ‘Current Ratio’ calculation based on Current Liabilities as a

percentage of Current Assets. If the resultant ratio is 1 or greater then no further analysis by Finance is required. Where a Tenderer does not

meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council

may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.

Insurance - GBP10M Employers Liability, GBP5.0M Public Liability and GBP0.25M Professional Indemnity and GBP2.5M Product

Liability

Minimum level(s) of standards possibly required

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.

Financial Analysis of ratios/accounts – The ratio to be used will be the ‘Current Ratio’ calculation based on Current Liabilities as a

percentage of Current Assets. If the resultant ratio is 1 or greater then no further analysis by Finance is required. Where a Tenderer does not

meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council

may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.

Insurance - GBP10M Employers Liability, GBP5.0M Public Liability and GBP0.25M Professional Indemnity and GBP2.5M Product

Liability

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)

will be used for the Selection Criteria.

Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;

Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6

Section C – Technical & Professional Ability – 4C.1.2 & 4C.6

Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2

Minimum level(s) of standards possibly required

Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)

will be used for the Selection Criteria.

Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;

Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6

Section C – Technical & Professional Ability – 4C.1.2 & 4C.6

Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2


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: 2

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

23 May 2025

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

four.2.7) Conditions for opening of tenders

Date

23 May 2025

Local time

12:00pm

Place

Fife

Information about authorised persons and opening procedure

Yahia Reggab


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Spring 2028 unless the option to extend is used.

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29071. For more information see:

http://www.publiccontractsscotland.gov.uk

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:

Tenderers shall provide a Community Benefits delivery plan/ methodology as part of their tender submission, fully describing how they would intend to deliver these benefits.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Fife Council is committed to ensuring delivery of high-quality services and to achieving best value through the contract by:

· securing continuous improvement in the performance and delivery of its function;

· maintaining an appropriate balance between quality and whole life cost; and

· actively contributing to sustainable development.

It is expected that the contractor will take a positive approach to Fair Work practices.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29071. 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:

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:

Tenderers shall provide a Community Benefits delivery plan/ methodology as part of their tender submission, fully describing how they

would intend to deliver these benefits. For more details see the tender documents.

(SC Ref:796791)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court

Courthouse Whyescauseway

Kirkcaldy

KY1 1XQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts

(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of

Session