Section one: Contracting authority
one.1) Name and addresses
The Wheatley Housing Group Limited
25 Cochrane Street
Glasgow
G1 1HL
neve.beaton@wheatley-group.com
Telephone
+44 8004797979
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10306
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
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Lift Maintenance Services for Wheatley Homes East
two.1.2) Main CPV code
- 50750000 - Lift-maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Wheatley Homes East (WHE) is seeking to appoint a suitably competent and experienced service provider to perform Planned Preventative Maintenance (PPM), Inspection, Testing, Repairs and a Breakdown Response service to 82 lifts within the Edinburgh, Lothian, Livingston & Whitburn geographical areas of Scotland.
The successful service provider will be appointed under an SBCC Measured Term Contract and will be expected to comply fully with the WHE services specification. The specification defines a fully comprehensive maintenance, repair and breakdown response service that is to be provided 24 hours a day for all days of the year including statutory holidays. A defined set of Key Performance Indicators will be used to over the term of the contract to measure the service providers performance.
two.1.5) Estimated total value
Value excluding VAT: £650,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42416100 - Lifts
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM75 - Edinburgh, City of
- UKM73 - East Lothian and Midlothian
- UKM78 - West Lothian
Main site or place of performance
Edinburgh, Lothian, Livingston and Whitburn geographical areas of Scotland
two.2.4) Description of the procurement
The services required will include -
perform Planned Preventative Maintenance (PPM), Inspection, Testing, Repairs and a Breakdown Response service to 82 lifts within the Edinburgh, Lothian, Livingston & Whitburn geographical areas of Scotland.
The specification defines a fully comprehensive maintenance, repair and breakdown response service that is to be provided 24 hours a day for all days of the year including statutory holidays
two.2.5) Award criteria
Quality criterion - Name: Quality criterion / Weighting: 70
Quality criterion - Name: Price Criterion / Weighting: 30
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £650,000
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
Option to extend for a further 2 x separate 12 months, based on a 3 + 2 basis (total contract term of 60 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
Tenderers will preferably be a member of the Lift and Escalator Industry Association (LEIA) the advisory body for the lift and escalator industry.
Membership is not mandatory but is desirable.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Credit Check - Equifax or any other credit rating platform
Insurance Levels
Minimum level(s) of standards possibly required
EQUIFAX
Tenderers must provide current Equifax rating.
It is preferential that tenderers have a current Equifax (or equal) financial report score of D or better.
The Wheatley Group will utilise Equifax to assist in its determination of the organisation’s financial status and risk. It is recommended that Tenderers review their own Equifax Score in advance of submitting their Tender submission. If, following this review, Tenderers consider that the Equifax Score does not reflect their current financial status, the Bidder should attach a document to their tender submission, clearly referenced, giving a detailed explanation, together with any relevant supporting independent evidence. The Wheatley Group will review any such information as part of the evaluation of Tenderers financial status.
Organisations that do not have a subscription account with Equifax will not have access to their Equifax grade at the time of tender submission. Therefore, these bidders can respond by providing details of their credit rating from any platform they have access to.
INSURANCE
Tenderers must confirm:
The under-noted insurance provision being in place or provide confirmation that in the event of success in the tender process, the under-noted insurance provision will be put in place:
Employers Liability to a minimum indemnity of GBP5,000,000
Public Liability to a minimum indemnity of GBP5,000,000
Professional Indemnity insurance to a minimum indemnity of GBP10,000,000 in the aggregate
The Insurance levels/requirements will be reviewed and updated at the time of individual call-off Contracts.
Should the Tenderer not have the specified insurances at the time of tendering then, the Tenderer must certify in their response that the specified insurance will be obtained.
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Wheatley Group will exclude the Tender from the competition.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Lift and Escalator Industry Association UK (LEIA) membership
Quality, Health & Safety and Environmental Policies
Equal Opportunities
Complaints Procedure and Escalation
Minimum level(s) of standards possibly required
LEIA MEMBERSHIP
LEIA membership is not mandatory but is desirable.
QUALITY, HEALTH & SAFETY AND ENVIRONMENTAL POLICIES
The supplier must be ISO9001 accredited for Quality Management
The supplier must have a current Environmental Policy signed and dated
The supplier must have a current Health & Safety policy statement signed and dated
EQUAL OPPORTUNITIES
Tenderers must confirm:
Their Organisations compliance with relevant statutory obligations in regards to being a Equality Opportunities Employer
COMPLAINTS PROCEDURE AND ESCALATION
Tenderers must confirm their Organisation:
Has an appropriate complaints procedure with a dedicated Account Manager and escalation points system in place.
PLEASE NOTE :-
All Certifications must be relevant, in date and in scope for the works as described and will be requested.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Tenderers must :
Complete the SPD Document;
Accept the Terms and Conditions of the Invitation to Tender ITT;
Accept the Terms and Conditions of the SBCC Measured Term Contract. Please refer to document 7 within the tender document suite ("7. Schedule of Amendments - SBCC Measured Term);
Take cognisance of the ITT document which includes reference to all documentation that has to be completed/submitted and considered as part of this tender.
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.1.8) 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
11 September 2023
Local time
5:00pm
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
12 September 2023
Local time
8:00am
Place
Glasgow
Information about authorised persons and opening procedure
Group Procurement Officer, electronically
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This contract is for a period of 3 years with an option to extend for 24 months at the sole discretion of the Group.
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.
Tenderers responses to the SPD will be assessed on the basis of:
Part I - Please complete for information.
Part II Questions 2A.1 to 2D.1.1 - Please complete for information.
Part III Questions 3A to 3D.15.4 - Pass or Fail.
Part IV Section A to D - not applicable.
Part IV Section E - Selection Criteria Global Question (Refer to Contract Notice).
Part V - not applicable; and
Part VI - Please complete as per the Guidance.
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=561313.
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:
Please detail the Community Benefits you can offer as part of this contract?
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=741297.
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.
(SC Ref:741297)
six.4) Procedures for review
six.4.1) Review body
Wheatley Group
25 Cochrane Street
Glasgow
G1 1HL
neve.beaton@wheatley-group.com
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Glasgow Sheriff Court and Justice of the Peace Court
1 Calton Place
Glasgow
G5 9DA
Country
United Kingdom