Award

Planned Preventative & Reactive Maintenance to Public Buildings - Lift System Servicing

PERTH & KINROSS COUNCIL

This public procurement record has 2 releases in its history.

Award

05 Aug 2020 at 00:00

Tender

23 Jan 2020 at 00:00

Summary of the contracting process

Perth & Kinross Council is seeking a contractor for "Planned Preventative & Reactive Maintenance to Public Buildings – Lift System Servicing". This tender falls within the services sector and specifically focuses on general public services. The associated maintenance work will occur in public buildings located within the Perth & Kinross Council area. The procurement process has reached the Award stage, having been awarded on 3rd July 2020, with a contract value of £176,365. Interested parties should note that bids for this opportunity were submitted towards the end of the tender period, which concluded on 24th February 2020.

This contract presents a significant opportunity for businesses engaged in lift maintenance and servicing, especially those that meet the specified technical and quality assurance criteria set by Perth & Kinross Council. Companies that are accredited by the Lift and Escalator Industry Association (LEIA) or the Lifting Equipment Engineers Association (LEEA) would be particularly well-placed to compete for such contracts. Additionally, businesses with robust health, safety, and environmental management systems in place will find themselves favourably positioned during the selection process, enabling growth and enhanced visibility within the sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

PICKERINGS EUROPE

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
            }
        ]
    }
}