Tender

Lift Maintenance Services for Wheatley Homes East

  • The Wheatley Housing Group Limited

F02: Contract notice

Notice identifier: 2023/S 000-023457

Procurement identifier (OCID): ocds-h6vhtk-03eecc

Published 10 August 2023, 4:08pm



Section one: Contracting authority

one.1) Name and addresses

The Wheatley Housing Group Limited

25 Cochrane Street

Glasgow

G1 1HL

Email

neve.beaton@wheatley-group.com

Telephone

+44 8004797979

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.wheatley-group.com

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

Email

neve.beaton@wheatley-group.com

Country

United Kingdom

Internet address

http://www.wheatley-group.com

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