Tender

Supply & Installation, Servicing & Maintenance/ Call outs, Removal & Relocation of Straight & Curved Stair Lifts

  • Fife Council

F02: Contract notice

Notice identifier: 2024/S 000-018492

Procurement identifier (OCID): ocds-h6vhtk-047026

Published 14 June 2024, 3:08pm



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.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

Supply & Installation, Servicing & Maintenance/ Call outs, Removal & Relocation of Straight & Curved Stair Lifts

Reference number

CW0226

two.1.2) Main CPV code

  • 44115600 - Stairlifts

two.1.3) Type of contract

Supplies

two.1.4) Short description

Fife Council has a requirement for the provision of Stair lifts within domestic and non-domestic properties. The requirement includes installation, maintenance and servicing (including existing stock), removal and relocation of stair lifts.

two.1.5) Estimated total value

Value excluding VAT: £3,600,000

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

Straight Stairlifts & Lolers.

Lot No

1

two.2.2) Additional CPV code(s)

  • 44115600 - Stairlifts

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 Stair lifts & Lolers within domestic and non-domestic properties. The requirement includes installation, maintenance and servicing (including existing stock), removal and relocation of stair lifts.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,800,000

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

Curved Stairlifts & Lolers.

Lot No

2

two.2.2) Additional CPV code(s)

  • 44115600 - Stairlifts

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 Curved Stair lifts and lolers within domestic and non-domestic properties. The requirement includes installation, maintenance and servicing (including existing stock), removal and relocation of stair lifts.

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

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

KPI

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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.1.6) Information about electronic auction

An electronic auction will be used

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

15 July 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

15 July 2024

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: 3 to 4 years

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 26961. 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:

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.

(SC Ref:769446)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court

Courthouse, Whytecausway, Kirkcaldy

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