Notice Information
Notice Title
Inspection, Testing, Maintenance and Repairs of Passenger Lifts, Stairlifts and Winches.
Notice Description
This contract is for the employment a suitably experienced Contractor to carry out Statutory Inspection and Testing including Maintenance, Reactive and Emergency Repairs to Passenger Lifts, Stair Lifts and Winches throughout the Councils estate.
Lot Information
Lot 1
To provide a fully comprehensive maintenance and repair service to the lifting equipment installed within the Councils Estate. Lifting equipment would be defined as; ~ Passenger Lifts ~ Platform Lifts ~ Stair Lifts ~ Wheelchair Lifts ~ Chandelier Winches Please note that Stair Lifts within domestic properties and specialist lifting equipment within care homes or the like will not be within the scope of this contract.
Renewal: The Council will have the option to extend the contract for additional periods of 12 months on 2 occasions only. Bidders should note that, although the Pricing Document includes pricing for years 4 and 5, it is at the Councils sole discretion whether the contract is extended on expiry of the initial 3 year contract period.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000574536
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC376017
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
42 - Industrial machinery
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
50 - Repair and maintenance services
-
- CPV Codes
42141410 - Winches
42416100 - Lifts
44115600 - Stairlifts
50750000 - Lift-maintenance services
Notice Value(s)
- Tender Value
- £675,000 £500K-£1M
- Lots Value
- £675,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £675,000 £500K-£1M
Notice Dates
- Publication Date
- 23 Dec 20196 years ago
- Submission Deadline
- 16 Sep 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 20 Dec 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Further notices will be issued prior to the expiry of this contract. The actual contract expiry date will be dependent on whether the Council takes up the options to extend.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Douglas McEwan, Kerri-Anne Ben Ammar
- Contact Email
- douglas.mcewan@renfrewshire.gov.uk, kerri-anne.benammar@renfrewshire.gov.uk
- Contact Phone
- +44 1416184701
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362816
Inspection, Testing, Maintenance and Repairs of Passenger Lifts, Stairlifts and Winches. - The Council is seeking to employ a suitably experienced Contractor to carry out a contract for the Statutory Inspection and Testing including Maintenance, Reactive and Emergency Repairs to Passenger Lifts, Stair Lifts and Winches throughout the Councils estate. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC376017
Inspection, Testing, Maintenance and Repairs of Passenger Lifts, Stairlifts and Winches. - This contract is for the employment a suitably experienced Contractor to carry out Statutory Inspection and Testing including Maintenance, Reactive and Emergency Repairs to Passenger Lifts, Stair Lifts and Winches throughout the Councils estate.
Notice URLs
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-r6ebe6-0000574536-2019-12-23T00:00:00Z",
"date": "2019-12-23T00:00:00Z",
"ocid": "ocds-r6ebe6-0000574536",
"initiationType": "tender",
"parties": [
{
"id": "org-13",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Kerri-Anne Ben Ammar",
"email": "kerri-anne.benammar@renfrewshire.gov.uk",
"telephone": "+44 1416184701",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-14",
"name": "See VI.4.3 Below",
"identifier": {
"legalName": "See VI.4.3 Below"
},
"address": {
"locality": "See VI.4.3 Below"
},
"contactPoint": {
"telephone": "+44 1416184701",
"url": "http://www.renfrewshire.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-23",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Douglas McEwan",
"email": "douglas.mcewan@renfrewshire.gov.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-24",
"name": "Jackson Lift Services Limited",
"identifier": {
"legalName": "Jackson Lift Services Limited"
},
"address": {
"streetAddress": "Unit 4, Ropery Business Park, 48 Anchor & Hope Lane, Charlton,",
"locality": "London",
"region": "UKM82",
"postalCode": "SE7 7RX"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "https://www.jacksonlifts.com"
}
},
{
"id": "org-25",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://www.renfrewshire.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-23"
},
"tender": {
"id": "RC-CPU-17-147",
"title": "Inspection, Testing, Maintenance and Repairs of Passenger Lifts, Stairlifts and Winches.",
"description": "This contract is for the employment a suitably experienced Contractor to carry out Statutory Inspection and Testing including Maintenance, Reactive and Emergency Repairs to Passenger Lifts, Stair Lifts and Winches throughout the Councils estate.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50750000",
"scheme": "CPV"
},
{
"id": "44115600",
"scheme": "CPV"
},
{
"id": "42141410",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Within the geographical area of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 675000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-09-16T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-09-16T14:00:00Z"
},
"documents": [
{
"id": "AUG362816",
"documentType": "contractNotice",
"title": "Inspection, Testing, Maintenance and Repairs of Passenger Lifts, Stairlifts and Winches.",
"description": "The Council is seeking to employ a suitably experienced Contractor to carry out a contract for the Statutory Inspection and Testing including Maintenance, Reactive and Emergency Repairs to Passenger Lifts, Stair Lifts and Winches throughout the Councils estate.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362816",
"format": "text/html"
},
{
"id": "DEC376017",
"documentType": "awardNotice",
"title": "Inspection, Testing, Maintenance and Repairs of Passenger Lifts, Stairlifts and Winches.",
"description": "This contract is for the employment a suitably experienced Contractor to carry out Statutory Inspection and Testing including Maintenance, Reactive and Emergency Repairs to Passenger Lifts, Stair Lifts and Winches throughout the Councils estate.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC376017",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "To provide a fully comprehensive maintenance and repair service to the lifting equipment installed within the Councils Estate. Lifting equipment would be defined as; ~ Passenger Lifts ~ Platform Lifts ~ Stair Lifts ~ Wheelchair Lifts ~ Chandelier Winches Please note that Stair Lifts within domestic properties and specialist lifting equipment within care homes or the like will not be within the scope of this contract.",
"status": "complete",
"value": {
"amount": 675000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Methodology and Approach (Part 1 Services - Fully Comprehensive Maintenance Requirement)",
"description": "10"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The Council will have the option to extend the contract for additional periods of 12 months on 2 occasions only. Bidders should note that, although the Pricing Document includes pricing for years 4 and 5, it is at the Councils sole discretion whether the contract is extended on expiry of the initial 3 year contract period."
}
}
],
"bidOpening": {
"date": "2019-09-16T14:00:00Z"
},
"contractTerms": {
"performanceTerms": "The contractor must have a call receiving centre that is staffed 24 hours a day, 7 days a week, 52 weeks a year. The contractor will require provide a 24 hours a day, 7 days a week, 52 weeks a year call out service to respond to entrapments and breakdowns within the following timescales; 60 minute response time to entrapment call outs. 90 minute response time to breakdown call outs."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders will be required to state if any of the exclusion grounds as detailed within Regulation 58 (1) of The Public Contracts (Scotland) Regulations 2015 apply to them. If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established (in the United Kingdom, the bidder is a company registered with the Registrar of Companies and can provide a certificate stating that he is certified as incorporated or registered or, where he is not so certified, a certificate stating that the person concerned has declared on oath that he is engaged in the profession in a specific place under a given business name). Bidders will be required to state if it is a requirement in the Bidder's country of establishment to hold a particular authorisation or membership of a particular organisation in order to be able to perform the service in question. Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service and also must confirm if they hold the particular authorisation or memberships."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum \"general\" yearly turnover of GBP270,000.00 for the last 3 years. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were set up/started trading. Where a Bidder fails to meet the minimum financial turnover requirements in its own right but is a subsidiary of a group, the bidder must state if they are relying on a parent company guarantee (the parent company must meet the stipulated minimum financial requirements). The parent company guarantee will be in the form provided in the Tender Documentation (Appendix A1). Where a Bidder is applying as part of a consortium the collective annual turnover of all consortium members will be utilised in the overall assessment of annual turnover. Bidders will require to evidence the equivalent of a Dun and Bradstreet Failure Score of 20 or above. If a Bidder considers that the D&B Failure Score does not reflect their current financial status, the Bidder should give a detailed explanation and will be required to provide any relevant supporting independent evidence at request for documentation stage. Where the Bidder is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum D&B Failure Score (or equivalent) as a company, a parent company guarantee will be required. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation (Appendix A1). Where a Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they will be required to provide their audited financial accounts for the previous 2 years as part of the request for documentation stage in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Bidders must hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance - statutory minimum GBP10m each and every claim. Public Liability Insurance - minimum GBP10m each and every claim. Professional Indemnity Insurance - minimum GBP10m each and every claim with no bodily injury exclusion. Statutory Third Party Motor Vehicle Insurance.",
"minimum": "Minimum yearly turnover of GBP270,000.00 for the last 3 years. Minimum Dun and Bradstreet Failure Score of 20 (or equivalent). GBP10m Employer's (Compulsory) Liability Insurance. GBP10m Public Liability Insurance. GBP10m Professional Indemnity Insurance. Statutory Third Party Motor Vehicle Insurance."
},
{
"type": "technical",
"description": "Bidders will require to be members of the Lift and Escalator Industry Association (LEIA) or other equivalent industry body operating in the country where the Bidder's registered office or place of business is based. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the works/services required under this contract. Bidders will be required to confirm their average annual manpower for the last three years and the number of managerial staff for the last three years. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the works/services required under this contract. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract (Where the Bidder intends to sub-contract more than 25% of any contract value to a single sub-contractor, a financial report will be carried out on the sub-contractor. The Council reserve the right to request one copy of all sub-contractors last 2 years audited accounts and details of significant changes since the last year end. The Council also reserve the right to reject the use of sub-contractors in relation to the contract, where they fail to meet the Council's minimum financial criteria). Bidders must have Health and Safety accreditation to BS OHSAS 18001 (or equivalent) or have a documented policy for Health and Safety Management, endorsed by the Chief Executive Officer or equivalent. Bidders must have Quality Management accreditation to BS EN ISO 9001 (or equivalent) or have a documented policy for Quality Management, endorsed by the Chief Executive Officer or equivalent. Bidders must have Environmental Management accreditation to BS EN ISO 14001 (or equivalent) or have a documented policy for Environmental Management, endorsed by the Chief Executive Officer or equivalent.",
"minimum": "Must be members of the Lift and Escalator Industry Association (LEIA) or other equivalent industry body. Must have previous relevant experience. Must have appropriate numbers of staff and management to service this contract. Must have, or have access to, appropriate plant, tools and equipment. Must state if subcontractors are to be used. Must be accredited to BS OHSAS 18001 (or equivalent) or have an endorsed Health and Safety Policy. Must be accredited to BS EN ISO 9001 (or equivalent) or have an endorsed Quality Management Policy. Must be accredited to BS EN ISO 14001 (or equivalent) or have an endorsed Environmental Management Policy."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2020-01-14T00:00:00Z"
}
},
"classification": {
"id": "42416100",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) may bring proceedings in the Sheriff Court or the Court of Session, provided that it has informed the contracting authority of the breach or apprehended breach of its duties and of its intention to bring proceedings relating to that breach. Proceedings must be brought within the timescales set out in the regulations.",
"hasRecurrence": true,
"recurrence": {
"description": "Further notices will be issued prior to the expiry of this contract. The actual contract expiry date will be dependent on whether the Council takes up the options to extend."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Any information contained within this notice relating to the value of this contract is the maximum authorised contract value over the contract term and does not represent the value of any bids received. (SC Ref:606009)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000574536"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000574536"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC-CPU-17-147",
"suppliers": [
{
"id": "org-24",
"name": "Jackson Lift Services Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-17-147",
"awardID": "RC-CPU-17-147",
"status": "active",
"value": {
"amount": 675000,
"currency": "GBP"
},
"dateSigned": "2019-12-20T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 155-382917"
}
],
"bids": {
"statistics": [
{
"id": "13",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "14",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "15",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "16",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "17",
"measure": "electronicBids",
"value": 6,
"relatedLot": "1"
}
]
}
}