Tender

Tender for the Service, Maintenance, Repair and Installation of Passenger/Goods Lifts

  • Dundee City Council

F02: Contract notice

Notice identifier: 2024/S 000-023861

Procurement identifier (OCID): ocds-h6vhtk-048622

Published 31 July 2024, 8:41am



Section one: Contracting authority

one.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1NZ

Contact

Chris Murphy

Email

chris.murphy@dundeecity.gov.uk

Telephone

+44 13824344144

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

www.dundeecity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publiccontractsscotland.gov.uk/Default.aspx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/Default.aspx

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publiccontractsscotland.gov.uk/Default.aspx

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

Tender for the Service, Maintenance, Repair and Installation of Passenger/Goods Lifts

Reference number

DCC/CD/94/24

two.1.2) Main CPV code

  • 45313100 - Lift installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Lot 1 – Service, Maintenance and Repair of Passenger/Goods Lifts

Lot 2 – Installation of Passenger/Goods Lifts

Electric Lift System

Hydraulic Lift System

Vertical Lifting Platform System

two.1.5) Estimated total value

Value excluding VAT: £9,200,000

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

Service, Maintenance and Repair of Passenger/Goods Lifts

Lot No

1

two.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Dundee City Council area.

two.2.4) Description of the procurement

Lot 1 – Service, Maintenance and Repair of Passenger/Goods Lifts

Urgent repair work shall be charged for on the basis of the all-in hourly rate for only those hours or part hours to the nearest quarter hour actually worked on site.

The Contractor shall quote the hourly rates to be charged for urgent repair work carried out during routine service visits and for emergency works carried out both during and out with normal working hours.

Materials used shall be charged in accordance with the Standard Conditions of Contract.

two.2.5) Award criteria

Quality criterion - Name: Resourcing of Requirements / Weighting: 2

Quality criterion - Name: Contractor Obligations / Weighting: 8

Quality criterion - Name: Workmanship / Weighting: 8

Quality criterion - Name: Progress of Works / Weighting: 4

Quality criterion - Name: Urgent Repair Works / Weighting: 8

Quality criterion - Name: Specialised Maintained Equipment / Weighting: 5

Quality criterion - Name: Community Benefits(Specified) / Weighting: 2

Quality criterion - Name: Community Benefits(Additional) / Weighting: 1

Quality criterion - Name: Fair Work / Weighting: 2

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 years extension option (totalling 4 years maximum).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.2.14) Additional information

Full details of the evaluation methodology is provided in Appendix 3, which can be found in the 'Additional Documents' area of this Notice.

two.2) Description

two.2.1) Title

Installation of Passenger/Goods Lifts

Lot No

2

two.2.2) Additional CPV code(s)

  • 45313100 - Lift installation work

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Dundee City Council area

two.2.4) Description of the procurement

Lot 2 – Installation of Passenger/Goods Lifts:

Electric Lift System

Hydraulic Lift System

Vertical Lifting Platform System

two.2.5) Award criteria

Quality criterion - Name: Progress of Works / Weighting: 20

Quality criterion - Name: Resourcing of Requirements / Weighting: 15

Quality criterion - Name: Community Benefits(Specified) / Weighting: 2

Quality criterion - Name: Community Benefits(Additional) / Weighting: 1

Quality criterion - Name: Fair Work / Weighting: 2

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

an option to extend by 2 years

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

two.2.14) Additional information

Full details of the tender evaluation methodology is provided in Appendix 3, which can be found in the 'Additional Documents' area of this Notice.


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

The Contractor and any sub-contractor are required to be a member of LEIA (Lift and Escalator Industry Association)  (Applies to both Lot 1 and Lot 2).

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability.

Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a Score check score of 35 or above  The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of significant changes since the last financial year end.

Minimum level(s) of standards possibly required

Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim, and

Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5,000,000 GBP in respect of each claim, and

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD Question 4C1.2: LOT 1: Service, Maintenance and Repair of Passenger/Goods Lifts. The contractor must be experienced in deploying competent and skilled engineers to service/maintain and repair a wide range of lifts (Reference Appendix 1 of Technical Spec for lifts asset list), including those installations which are outwith the defects period.

LOT 2: Installation of Passenger/Goods Lifts:

Electric Lift System

Hydraulic Lift System

Vertical Lifting Platform System

The contractor must be experienced in deploying competent and skilled engineers to install a wide range of lifts.

Minimum level(s) of standards possibly required

SPD Question 4A1: The Contractor and any sub-contractor are required to be a member of LEIA (Lift and Escalator Industry Association)


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: 5

In the case of framework agreements, provide justification for any duration exceeding 4 years:

NA

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

2 September 2024

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

Tender must be valid until: 1 November 2024

four.2.7) Conditions for opening of tenders

Date

2 September 2024

Local time

12:00pm

Place

Electronic Postbox (PCS)

Information about authorised persons and opening procedure

Procurement Category Officer


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: July 2028

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 Contractor(s) on this framework agreement must promote sustainability by working jointly with the Purchaser to provide:

Lot 1 - a Service/Maintain of the Purchasers Lift inventory in line with best value and keep lift downtime to a minimum. This will include measures such as effective spare parts inventory management and spare parts restoration.

Lot 2 – Lift Installation with an Open Protocol systems to allow effective transfer onto a pre-existing Service/Maintenance framework, once the defect period has lapsed.

- Details of Tender Evaluation Methodology:

Lot 1

Scored elements as described in Section II.2 of this Notice, plus:

a range of Pass/Fail Elements (See Appendix 3, included in the Additional Documents section of this Notice).

Lot 2

Scored elements as described in Section II.2 of this Notice, plus:

a range of Pass/Fail Elements (See Appendix 3, included in the Additional Documents section of this Notice).

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=773101.

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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 Benefit Requirements

Successful Contractors will be required to deliver Community Benefit activities dependant on their cumulative spend awarded over the for duration of this contract. Community Benefit activity can include the following

Awareness Raising Event for community group, college or school – this could include a wide range of activities which support learning and employability such as talks about environmental issues for school, college or university students or job seekers; training workshops carried out by contractors for target groups to raise awareness of their sector and its benefits and where appropriate the careers available, motivational talks, school talks, or to run events which tie in with a particular aspect of the curriculum.

Community Support Activity or Community Wish – the council is developing a Community Wishes approach which will gather and moderate requests for support for small community projects. These will be wide ranging but likely to include requests to provide materials or volunteer labour to support small community projects including community gardens, allotment projects or community clear ups. The Community Wishes website is expected to be live before the conclusion of this tender. period. https://wishes.dundeecity.gov.uk/communities

Work Experience Opportunity – where appropriate to provide a work placement opportunity for a young person or adult on an appropriate programme. Support would be provided to identify an appropriate programme and candidate.

Mentoring Opportunity – provide a mentoring opportunity to a young person from Dundee on the MCR pathway mentoring programme. More information at https://mcrpathways.org/ Support would be provided to identify an appropriate school and candidate.

(SC Ref:773101)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=773101

six.4) Procedures for review

six.4.1) Review body

Dundee Sherriff Court and Justice of the Peace Court

Sherriff Court House, 6 West Bell Street

Dundee

DD1 9AD

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Scottish Courts Service

Saughton House, Broomhouse

Edinburgh

EH11 3XD

Email

enquiries@scotcourts.gov.uk

Country

United Kingdom