Tender

Lift Maintenance Services

  • Kirklees Council

F02: Contract notice

Notice identifier: 2024/S 000-023781

Procurement identifier (OCID): ocds-h6vhtk-0485f0

Published 30 July 2024, 3:01pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Ramsden St, Town Hall, Huddersfield HD1 2TA

Huddersfield

HD1 2TA

Contact

Procurement

Email

procurement@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.kirklees.gov.uk

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://yortender.eu-supply.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://yortender.eu-supply.com

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

Lift Maintenance Services

Reference number

KMCFM-030

two.1.2) Main CPV code

  • 50750000 - Lift-maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Tenders are invited by the Council from Service Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of Lift Maintenance Services which is fully inclusive for the servicing and repair (including maintenance and testing) to approximately 152 lifts, disabled platforms, stair lifts, and wheelchair stair lifts at various premises located within the Kirklees area.

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
  • 45313100 - Lift installation work
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Geographical Area of Kirklees

two.2.4) Description of the procurement

Tenders are invited by the Council from Service Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of Lift Maintenance Services which is fully inclusive for the servicing and repair (including maintenance and testing) to approximately 152 lifts, disabled platforms, stair lifts, and wheelchair stair lifts at various premises located within the Kirklees area.

The anticipated expiry date for the Contract(s) is 30th September 2026, with the option to extend by three (3) further twelve (12) month periods until 8th September 2029.

The opportunity will be published and is available to access free of charge on YORtender - https://yortender.eu-supply.com

two.2.5) Award criteria

Quality criterion - Name: Quality Award Criteria / Weighting: 55

Quality criterion - Name: Social Value Award Criteria / Weighting: 10

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

Start date

1 October 2024

End date

30 September 2026

This contract is subject to renewal

Yes

Description of renewals

Provision to extend for three (3) further twelve (12) month periods until 30th September 2029

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Contract Period: 1st October 2024 to 30th September 2026, with the provision to extend for three (3) further twelve (12) month periods until 30th September 2029


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

30 August 2024

Local time

1:00pm

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

30 August 2024

Local time

1:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Provided that the tender is submitted fully in accordance with the requirements set out within the Specification and the remaining sections of the procurement documents, the contracts will be awarded on the basis of the Most Economically Advantageous Tender based on the evaluation criteria contained within the procurement documents.

Further specifics on the award criteria can be found in the procurement documentation that is available to access at https://yortender.eu-supply.com/login.asp?B=YORTENDER

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a Framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty(30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date.

Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective.