Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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