Section one: Contracting authority
one.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1NZ
Contact
Chris Murphy
chris.murphy@dundeecity.gov.uk
Telephone
+44 13824344144
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
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
Country
United Kingdom