Notice Information
Notice Title
Tender for the Provision of a Planned and Reactive Maintenance Service for Lifts and Hoists
Notice Description
Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Lifts and Hoists. The awarded contract includes the provision and management of the following elements: o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules). o Reactive maintenance to its estate's scheduled serviceable assets. o Statutory compliance of all its scheduled serviceable assets. o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa PS20,000. NB: These works are not guaranteed to the Service Provider. o Single Point of Contact and Emergency 24/7 Call Out Facility The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council's sustainable philosophy for building management. The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate. The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific.
Lot Information
Lot 1
Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Lifts and Hoists. The awarded contract includes the provision and management of the following elements: o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules). o Reactive maintenance to its estate's scheduled serviceable assets. o Statutory compliance of all its scheduled serviceable assets. o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa PS20,000. NB: These works are not guaranteed to the Service Provider. o Single Point of Contact and Emergency 24/7 Call Out Facility The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council's sustainable philosophy for building management. The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate. The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific. Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term. The Supplier must be registered with the appropriate confederation or association related to the respective trades involved. In addition, the supplier must hold valid and current certification with an SSIP member scheme or an ISO45001 for occupational health and safety systems from a UKAS accredited certification body and have been assessed for working with electrical services. The start date of the awarded contract is 1st April 2024. The term will be for three years with the option for up to 2 further extensions of up to 12 months each. Additional information: The contract value in II.1.7 and V.2.4 is the total modelled cost for the initial 3 year contract period.
Options: Option for up to 2 further extensions of up to 12 months each after the initial 3 year term.
Renewal: Option for up to 2 further extensions of up to 12 months each
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0408ed
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010101-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
42 - Industrial machinery
50 - Repair and maintenance services
-
- CPV Codes
34952000 - Hydraulic-platforms hoists
42411000 - Pulley tackle and hoists
42413000 - Jacks and vehicle hoists
42416000 - Lifts, skip hoists, hoists, escalators and moving walkways
42419500 - Parts of lift, skip hoists or escalators
42419510 - Parts of lifts
42419520 - Parts of skip hoists
50750000 - Lift-maintenance services
Notice Value(s)
- Tender Value
- £417,685 £100K-£500K
- Lots Value
- £417,685 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £416,733 £100K-£500K
Notice Dates
- Publication Date
- 27 Mar 20241 years ago
- Submission Deadline
- 17 Nov 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Mar 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BUCKINGHAMSHIRE COUNCIL
- Contact Name
- Mrs Ann Spence
- Contact Email
- ann.spence@buckinghamshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- AYLESBURY
- Postcode
- HP20 1UA
- Post Town
- Hemel Hempstead
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ13 Buckinghamshire
- Delivery Location
- TLJ13 Buckinghamshire
-
- Local Authority
- Buckinghamshire
- Electoral Ward
- Aylesbury North
- Westminster Constituency
- Aylesbury
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0408ed-2024-03-27T15:54:06Z",
"date": "2024-03-27T15:54:06Z",
"ocid": "ocds-h6vhtk-0408ed",
"initiationType": "tender",
"tender": {
"id": "DN674192",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Tender for the Provision of a Planned and Reactive Maintenance Service for Lifts and Hoists",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50750000",
"description": "Lift-maintenance services"
},
"mainProcurementCategory": "services",
"description": "Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Lifts and Hoists. The awarded contract includes the provision and management of the following elements: o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules). o Reactive maintenance to its estate's scheduled serviceable assets. o Statutory compliance of all its scheduled serviceable assets. o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa PS20,000. NB: These works are not guaranteed to the Service Provider. o Single Point of Contact and Emergency 24/7 Call Out Facility The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council's sustainable philosophy for building management. The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate. The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific.",
"value": {
"amount": 417685,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Buckinghamshire Council has awarded a contract to deliver its Planned and Reactive Maintenance Service for Lifts and Hoists. The awarded contract includes the provision and management of the following elements: o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules). o Reactive maintenance to its estate's scheduled serviceable assets. o Statutory compliance of all its scheduled serviceable assets. o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa PS20,000. NB: These works are not guaranteed to the Service Provider. o Single Point of Contact and Emergency 24/7 Call Out Facility The Service Provider will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council's sustainable philosophy for building management. The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate. The Council sought a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific. Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term. The Supplier must be registered with the appropriate confederation or association related to the respective trades involved. In addition, the supplier must hold valid and current certification with an SSIP member scheme or an ISO45001 for occupational health and safety systems from a UKAS accredited certification body and have been assessed for working with electrical services. The start date of the awarded contract is 1st April 2024. The term will be for three years with the option for up to 2 further extensions of up to 12 months each. Additional information: The contract value in II.1.7 and V.2.4 is the total modelled cost for the initial 3 year contract period.",
"value": {
"amount": 417685,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option for up to 2 further extensions of up to 12 months each"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option for up to 2 further extensions of up to 12 months each after the initial 3 year term."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34952000",
"description": "Hydraulic-platforms hoists"
},
{
"scheme": "CPV",
"id": "42411000",
"description": "Pulley tackle and hoists"
},
{
"scheme": "CPV",
"id": "42413000",
"description": "Jacks and vehicle hoists"
},
{
"scheme": "CPV",
"id": "42416000",
"description": "Lifts, skip hoists, hoists, escalators and moving walkways"
},
{
"scheme": "CPV",
"id": "42419500",
"description": "Parts of lift, skip hoists or escalators"
},
{
"scheme": "CPV",
"id": "42419510",
"description": "Parts of lifts"
},
{
"scheme": "CPV",
"id": "42419520",
"description": "Parts of skip hoists"
}
],
"deliveryAddresses": [
{
"region": "UKJ13"
},
{
"region": "UKJ13"
}
],
"deliveryLocation": {
"description": "Buckinghamshire"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.supplybucksbusiness.org.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Selection criteria as stated in the procurement documents",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-11-17T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2023-11-17T12:00:00Z"
},
"bidOpening": {
"date": "2023-11-17T12:00:00Z"
},
"hasRecurrence": false,
"reviewDetails": "The Council will incorporate a standstill period at the point when information on the award of the contract is communicated to tenderers. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for the 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)"
},
"parties": [
{
"id": "GB-FTS-4238",
"name": "Buckinghamshire Council",
"identifier": {
"legalName": "Buckinghamshire Council"
},
"address": {
"streetAddress": "Walton Street Offices",
"locality": "Aylesbury",
"region": "UKJ13",
"postalCode": "HP20 1UA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mrs Ann Spence",
"email": "ann.spence@buckinghamshire.gov.uk",
"url": "https://www.supplybucksbusiness.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.buckinghamshire.gov.uk/",
"buyerProfile": "https://www.supplybucksbusiness.org.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-10068",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "The Royal Courts of Justice",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-109304",
"name": "The Chiltern Lift Company Limited",
"identifier": {
"legalName": "The Chiltern Lift Company Limited"
},
"address": {
"streetAddress": "8-10 Furlong Road",
"locality": "Bourne End, Buckinghamshire",
"region": "UKJ13",
"postalCode": "SL8 5DG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-4238",
"name": "Buckinghamshire Council"
},
"language": "en",
"awards": [
{
"id": "010101-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-109304",
"name": "The Chiltern Lift Company Limited"
}
]
}
],
"contracts": [
{
"id": "010101-2024-1",
"awardID": "010101-2024-1",
"status": "active",
"value": {
"amount": 416733,
"currency": "GBP"
},
"dateSigned": "2024-03-18T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 10
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 9
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 10
}
]
}
}