Notice Information
Notice Title
Planned Preventative & Reactive Maintenance to Public Buildings - Lift System Servicing
Notice Description
Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to carry out planned preventative and reactive maintenance to Lifts in Public Buildings.
Lot Information
Lot 1
Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to carry out planned preventative and reactive maintenance to Lifts in Public Buildings.
Renewal: The contract may be extended for a period of up to 4 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000611740
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG392147
- 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
50 - Repair and maintenance services
-
- CPV Codes
50750000 - Lift-maintenance services
Notice Value(s)
- Tender Value
- £343,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £176,365 £100K-£500K
Notice Dates
- Publication Date
- 5 Aug 20205 years ago
- Submission Deadline
- 24 Feb 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Jul 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 7 years
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PERTH & KINROSS COUNCIL
- Contact Name
- Lynn McGeorge
- Contact Email
- lemcgeorge@pkc.gov.uk, lynzistewart@pkc.gov.uk
- Contact Phone
- +44 1738475000
Buyer Location
- Locality
- PERTH
- Postcode
- PH1 5PH
- Post Town
- Perth
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM02 Perth and Kinross, and Stirling
- Delivery Location
- TLM77 Perth and Kinross, and Stirling
-
- Local Authority
- Perth and Kinross
- Electoral Ward
- Perth City Centre
- Westminster Constituency
- Perth and Kinross-shire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN378445
Planned Preventative & Reactive Maintenance to Public Buildings - Lift System Servicing - Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to carry out planned preventative and reactive maintenance to Lifts in Public Buildings. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG392147
Planned Preventative & Reactive Maintenance to Public Buildings - Lift System Servicing - Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to carry out planned preventative and reactive maintenance to Lifts in Public Buildings.
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-r6ebe6-0000611740-2020-08-05T00:00:00Z",
"date": "2020-08-05T00:00:00Z",
"ocid": "ocds-r6ebe6-0000611740",
"initiationType": "tender",
"parties": [
{
"id": "org-33",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"email": "Lynzistewart@pkc.gov.uk",
"telephone": "+44 1738475000",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.pkc.gov.uk"
}
},
{
"id": "org-34",
"name": "Perth Sheriff Court",
"identifier": {
"legalName": "Perth Sheriff Court"
},
"address": {
"streetAddress": "Sherrif Court House, Tay Street",
"locality": "Perth",
"postalCode": "PH2 8NL"
},
"contactPoint": {
"email": "perth@scotcourts.gov.uk",
"telephone": "+44 1738620546",
"faxNumber": "+44 1738623601",
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/perth-sheriff-court-and-justice-of-the-peace-court"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-198",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"name": "Lynn McGeorge",
"email": "LEMcGeorge@pkc.gov.uk",
"telephone": "+44 1738475000",
"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.pkc.gov.uk"
}
},
{
"id": "org-199",
"name": "Pickerings Europe Ltd",
"identifier": {
"legalName": "Pickerings Europe Ltd"
},
"address": {
"streetAddress": "PO Box 19, Globe Elevator Works",
"locality": "Stockton-on-Tees",
"region": "UK",
"postalCode": "TS20 2AD"
},
"contactPoint": {
"telephone": "+44 01642702094",
"faxNumber": "+44 01642677638"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-200",
"name": "Perth Sheriff Court",
"identifier": {
"legalName": "Perth Sheriff Court"
},
"address": {
"streetAddress": "Sherrif Court House, Tay Street",
"locality": "Perth",
"postalCode": "PH2 8NL"
},
"contactPoint": {
"email": "perth@scotcourts.gov.uk",
"telephone": "+44 1738620546",
"faxNumber": "+44 1738623601",
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/perth-sheriff-court-and-justice-of-the-peace-court"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Perth & Kinross Council",
"id": "org-198"
},
"tender": {
"id": "PKC11106",
"title": "Planned Preventative & Reactive Maintenance to Public Buildings - Lift System Servicing",
"description": "Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to carry out planned preventative and reactive maintenance to Lifts in Public Buildings.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50750000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Public Buildings within Perth & Kinross Council area."
},
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 343000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2020-02-24T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-02-24T12:00:00Z"
},
"documents": [
{
"id": "JAN378445",
"documentType": "contractNotice",
"title": "Planned Preventative & Reactive Maintenance to Public Buildings - Lift System Servicing",
"description": "Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to carry out planned preventative and reactive maintenance to Lifts in Public Buildings.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN378445",
"format": "text/html"
},
{
"id": "AUG392147",
"documentType": "awardNotice",
"title": "Planned Preventative & Reactive Maintenance to Public Buildings - Lift System Servicing",
"description": "Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to carry out planned preventative and reactive maintenance to Lifts in Public Buildings.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG392147",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to carry out planned preventative and reactive maintenance to Lifts in Public Buildings.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The contract may be extended for a period of up to 4 years."
}
}
],
"bidOpening": {
"date": "2020-02-24T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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) and/ or Lifting Equipment Engineers Association (LEEA)"
},
{
"type": "economic",
"description": "Current Ratio (Current Assets divided by Current Liabilities) Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)",
"minimum": "The acceptable range is: 1. Current Ratio it is expected that the ratio for all years is equal to or greater than 1, i.e. 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. 2. 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 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."
},
{
"type": "technical",
"description": "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 lot/contract that the bidder is tendering for and include 3 examples for each lot or lots. Quality Assurance The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must have the following as detailed in the section below. Health & Safety 3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. Or 2. The bidder must have the following as detailed in the section below. 4D.2 Environmental Management 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. The bidder must meet the requirements detailed below.",
"minimum": "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 lot/contract that the bidder is tendering for and include 3 examples for each lot or lots. Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must have the following: a. A documented policy regarding quality management. b. Documented procedures for periodically reviewing, correcting and improving quality performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. e. Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. Health and Safety Procedures 3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR,4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management. 4b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. 4c. A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance. 4d. Documented arrangements for providing the bidder's workforce with training and information appropriate to the type of work of which the organisation is likely to bid. 4e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder's workforce has 4f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance. 4g. Documented arrangements for involving the bidder's workforce in the planning and implementation of H&S measures. 4h. Documented procedures for recording accidents/incidents and undertaking follow-up action. 4i. Documented arrangements for ensuring that the bidder's suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged. 4j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. 4k. Documented arrangements for co-operating and co-ordinating the bidder's work with other suppliers. 4D.2 Environmental Management 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. See selection criteria as stated in the procurement documents."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "50750000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "7 years"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "(SC Ref:625407)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000611740"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000611740"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PKC11106",
"suppliers": [
{
"id": "org-199",
"name": "Pickerings Europe Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "PKC11106",
"awardID": "PKC11106",
"status": "active",
"value": {
"amount": 176365,
"currency": "GBP"
},
"dateSigned": "2020-07-03T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 018-039598"
}
],
"bids": {
"statistics": [
{
"id": "391",
"measure": "bids",
"value": 8,
"relatedLot": "1"
},
{
"id": "392",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "393",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "394",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "395",
"measure": "electronicBids",
"value": 8,
"relatedLot": "1"
}
]
}
}