Tender

PKC13492 Goods and Passenger Lift System Servicing - Planned Preventative & Reactive Maintenance to Public Buildings

  • Perth & Kinross Council

F02: Contract notice

Notice identifier: 2025/S 000-032487

Procurement identifier (OCID): ocds-h6vhtk-054905

Published 16 June 2025, 10:26am



Section one: Contracting authority

one.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Email

LEMCGeorge@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

PKC13492 Goods and Passenger Lift System Servicing - Planned Preventative & Reactive Maintenance to Public Buildings

Reference number

PKC13492

two.1.2) Main CPV code

  • 50750000 - Lift-maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Perth and Kinross Council are seeking to appoint a suitably qualified and

experienced Contractor to carry out planned preventative and reactive

maintenance on Public Buildings.

two.1.5) Estimated total value

Value excluding VAT: £792,013.91

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling

two.2.4) Description of the procurement

Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to carry out planned preventative and reactive maintenance on Public Buildings.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

There will be an option to extend the contract for further periods up to 4 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


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

Any Contractor or Sub-Contractor undertaking works shall be an Approved

Contractor on the roll of the following bodies:

- Lift and Escalator Industry Association (LEIA)

three.1.2) Economic and financial standing

List and brief description of selection criteria

Current Ratio it is expected that the ratio for all years is equal to or

greater than 1.

Net Assets (Net Worth) it is expected that the Net Worth for all years

will be positive.

Employer’s Liability Insurance in the sum of 10,000,000 GBP for each and every

claim.

Public Liability Insurance in the sum of 5,000,000 GBP for each and every claim.

Professional Indemnity Insurance in the sum of 2,000,000 GBP in the aggregate

of one automatic reinstatement of this sum permitted within the policy terms.

Minimum level(s) of standards possibly required

Current Ratio - Current Assets will equal or exceed Current

Liabilities. Reasons for not meeting the required test to be disclosed

by tenderers together with appropriate supporting evidence to confirm

the suitability of the tenderer for the contract.

Net Assets -

Net Assets (Net Worth) it is expected that the Net Worth for all years

will be positive, i.e. a Net Assets position. Reasons for not meeting the

required test to be disclosed together with appropriate supporting

evidence to confirm the suitability of the tenderer for the contract.

The Council will download a Dun & Bradstreet Credit Report for the

preferred supplier prior to the award of contract. The contract will not

be awarded in the event that the assessment of business failure is

regarded as ‘High’ or ‘Severe’. The Council may require additional

satisfactory evidence in the event that the risk of business failure is

8

regarded as ‘Moderate – High’ or ‘Moderate’ to justify the award of

contract. If the supplier fails to provide satisfactory and acceptable

evidence, Perth & Kinross Council is not obliged to award the contract

to the most economically advantageous tenderer.

Employer’s Liability Insurance in the sum of 10,000,000 GBP for each and every

claim.

Public Liability Insurance in the sum of 5,000,000 GBP for each and every claim.

Professional Indemnity Insurance in the sum of 2,000,000 GBP in the aggregate

of one automatic reinstatement of this sum permitted within the policy terms.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Previous Experience

Minimum level(s) of standards possibly required

Bidders are required to provide details of their participation in

contracts or frameworks where they have successfully delivered comparable

works within a similar environment, i.e. non-domestic, over a term (3 to 4

years) for a local authority or similar scale body. Details should be relevant to

the contract that the bidder is tendering for and include 3 examples.


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

18 July 2025

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 July 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2032

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 59613. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Suppliers will be required advise which community benefits they will offer as part of this contract.

(SC Ref:801516)

six.4) Procedures for review

six.4.1) Review body

Perth Sheriff Court

Tay Street

Perth

PH2 8NL

Country

United Kingdom