Tender

Lift Replacement and Assoc. Works in 5No. Tower Blocks, North Lanarkshire; Phase 2

NORTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

09 Oct 2020 at 00:00

Summary of the contracting process

North Lanarkshire Council is currently conducting a public procurement process titled "Lift Replacement and Assoc. Works in 5No. Tower Blocks, North Lanarkshire; Phase 2." This project falls under the works category within the construction industry and is located in North Lanarkshire, UK. The procurement method is an open procedure, with the tender period closing on 6 November 2020 at 12:00 PM, followed by the award period commencing at the same time. The estimated value of this contract is £1,300,000.

This tender presents a substantial opportunity for contractors specialising in lift installation, building works, and electrical services to expand their portfolios. Businesses equipped with the necessary qualifications, such as ISO certifications and appropriate insurance coverage, along with experience in similar projects, will be well-positioned to compete. The project also requires adherence to community benefits policies, which further enhances the attractiveness of the contract for those focused on sustainable and community-oriented practices.

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

Lift Replacement and Assoc. Works in 5No. Tower Blocks, North Lanarkshire; Phase 2

Notice Description

The outline scope of works generally includes, but is not limited to; - The works will consist of the complete removal and subsequent renewal of the existing lifts and all associated works contained within Specification of Works - There is an option to retain and overhaul the car guides, counterweight, car sling and safety gear, in accordance with the specification. This is subject to the equipment being in a good serviceable condition with no visible defects and the retention not affecting the overall CE certification of the unit on completion. No other components will be retained. - The design, supply, installation and testing of new installations fully conforming and certified to EN81-21 lifts in accordance with the enclosed specification. - All equipment used must be in accordance with the specification and must remain consistent across all blocks. - Undertake all associated building works, alterations and making good in connection with the removal of the existing units and installation of the new lifts. - Undertake all associated electrical works and alterations in connection with the removal of the existing units and installation of the new lifts. Liaising and managing residents within domestic properties during installation works. - Provision of design calculations and drawings for checking prior to construction by the EA. - Provision of working / installation drawings. - Provision of record documents and as-fitted drawings. - Provision of training for the Clients maintenance staff and SFRS. - All works must comply with current Water Byelaws and Building Regulations

Lot Information

Lot 1

The outline scope of works generally includes, but is not limited to; - The works will consist of the complete removal and subsequent renewal of the existing lifts and all associated works contained within Specification of Works - There is an option to retain and overhaul the car guides, counterweight, car sling and safety gear, in accordance with the specification. This is subject to the equipment being in a good serviceable condition with no visible defects and the retention not affecting the overall CE certification of the unit on completion. No other components will be retained. - The design, supply, installation and testing of new installations fully conforming and certified to EN81-21 lifts in accordance with the enclosed specification. - All equipment used must be in accordance with the specification and must remain consistent across all blocks. - Undertake all associated building works, alterations and making good in connection with the removal of the existing units and installation of the new lifts. - Undertake all associated electrical works and alterations in connection with the removal of the existing units and installation of the new lifts. Liaising and managing residents within domestic properties during installation works. - Provision of design calculations and drawings for checking prior to construction by the EA. - Provision of working / installation drawings. - Provision of record documents and as-fitted drawings. - Provision of training for the Clients maintenance staff and SFRS. - All works must comply with current Water Byelaws and Building Regulations

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000632629
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT396794
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45313000 - Lift and escalator installation work

45313100 - Lift installation work

Notice Value(s)

Tender Value
£1,300,000 £1M-£10M
Lots Value
£1,300,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Oct 20205 years ago
Submission Deadline
6 Nov 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Head of Assests and Procurement Solutions (infrastucture)
Contact Email
corporateprocurement@northlan.gov.uk
Contact Phone
+44 1698403876

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

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-r6ebe6-0000632629-2020-10-09T00:00:00Z",
    "date": "2020-10-09T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000632629",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-146",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Head of Assests and Procurement Solutions (infrastucture)",
                "email": "corporateprocurement@northlan.gov.uk",
                "telephone": "+44 1698403876",
                "faxNumber": "+44 1698275125",
                "url": "http://publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-147",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT"
            },
            "contactPoint": {
                "email": "hamilton@scotcourts.gov.uk",
                "url": "http://www.northlanarkshire.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-146"
    },
    "tender": {
        "id": "HO TB 20 751 ( NLC-CPT-20-055)",
        "title": "Lift Replacement and Assoc. Works in 5No. Tower Blocks, North Lanarkshire; Phase 2",
        "description": "The outline scope of works generally includes, but is not limited to; - The works will consist of the complete removal and subsequent renewal of the existing lifts and all associated works contained within Specification of Works - There is an option to retain and overhaul the car guides, counterweight, car sling and safety gear, in accordance with the specification. This is subject to the equipment being in a good serviceable condition with no visible defects and the retention not affecting the overall CE certification of the unit on completion. No other components will be retained. - The design, supply, installation and testing of new installations fully conforming and certified to EN81-21 lifts in accordance with the enclosed specification. - All equipment used must be in accordance with the specification and must remain consistent across all blocks. - Undertake all associated building works, alterations and making good in connection with the removal of the existing units and installation of the new lifts. - Undertake all associated electrical works and alterations in connection with the removal of the existing units and installation of the new lifts. Liaising and managing residents within domestic properties during installation works. - Provision of design calculations and drawings for checking prior to construction by the EA. - Provision of working / installation drawings. - Provision of record documents and as-fitted drawings. - Provision of training for the Clients maintenance staff and SFRS. - All works must comply with current Water Byelaws and Building Regulations",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45313000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45313100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Lanarkshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1300000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-11-06T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-11-06T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT396794",
                "documentType": "contractNotice",
                "title": "Lift Replacement and Assoc. Works in 5No. Tower Blocks, North Lanarkshire; Phase 2",
                "description": "The outline scope of works generally includes, but is not limited to; - The works will consist of the complete removal and subsequent renewal of the existing lifts and all associated works contained within Specification of Works - There is an option to retain and overhaul the car guides, counterweight, car sling and safety gear, in accordance with the specification. This is subject to the equipment being in a good serviceable condition with no visible defects and the retention not affecting the overall CE certification of the unit on completion. No other components will be retained. - The design, supply, installation and testing of new installations fully conforming and certified to EN81-21 lifts in accordance with the enclosed specification. - All equipment used must be in accordance with the specification and must remain consistent across all blocks. - Undertake all associated building works, alterations and making good in connection with the removal of the existing units and installation of the new lifts. - Undertake all associated electrical works and alterations in connection with the removal of the existing units and installation of the new lifts. Liaising and managing residents within domestic properties during installation works. - Provision of design calculations and drawings for checking prior to construction by the EA. - Provision of working / installation drawings. - Provision of record documents and as-fitted drawings. - Provision of training for the Clients maintenance staff and SFRS. - All works must comply with current Water Byelaws and Building Regulations",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT396794",
                "format": "text/html"
            },
            {
                "id": "OCT396794-1",
                "title": "Invitation To Tender",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT396794&idx=1",
                "datePublished": "2020-10-09T16:45:13Z",
                "dateModified": "2020-10-09T16:45:13Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT396794-2",
                "title": "Appendix A Balanced Scorecard example 19-20",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT396794&idx=2",
                "datePublished": "2020-10-09T16:45:13Z",
                "dateModified": "2020-10-09T16:45:13Z",
                "format": "application/pdf"
            },
            {
                "id": "OCT396794-3",
                "title": "Appendix J PCI",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT396794&idx=3",
                "datePublished": "2020-10-09T16:45:13Z",
                "dateModified": "2020-10-09T16:45:13Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT396794-4",
                "title": "Section 7 NLC Specification of Works - Phase 2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT396794&idx=4",
                "datePublished": "2020-10-09T16:45:13Z",
                "dateModified": "2020-10-09T16:45:13Z",
                "format": "application/pdf"
            },
            {
                "id": "OCT396794-5",
                "title": "Section 9 Tender Quality Questions",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT396794&idx=5",
                "datePublished": "2020-10-09T16:45:13Z",
                "dateModified": "2020-10-09T16:45:13Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT396794-6",
                "title": "Section 9A Community Benefits Tracker",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT396794&idx=6",
                "datePublished": "2020-10-09T16:45:13Z",
                "dateModified": "2020-10-09T16:45:13Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "OCT396794-7",
                "title": "Section 10 ESPDS",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT396794&idx=7",
                "datePublished": "2020-10-09T16:45:13Z",
                "dateModified": "2020-10-09T16:45:13Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT396794-8",
                "title": "Section 10 Appendix 1 ESPDS minimum requirements",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT396794&idx=8",
                "datePublished": "2020-10-09T16:45:13Z",
                "dateModified": "2020-10-09T16:45:13Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT396794-9",
                "title": "ESPD (Scotland) v1.14",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT396794&idx=9",
                "datePublished": "2020-10-09T16:45:13Z",
                "dateModified": "2020-10-09T16:45:13Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT396794-10",
                "title": "Asbestos Surveys",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT396794&idx=10",
                "datePublished": "2020-10-09T16:48:01Z",
                "dateModified": "2020-10-09T16:48:01Z",
                "format": "application/x-zip-compressed"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The outline scope of works generally includes, but is not limited to; - The works will consist of the complete removal and subsequent renewal of the existing lifts and all associated works contained within Specification of Works - There is an option to retain and overhaul the car guides, counterweight, car sling and safety gear, in accordance with the specification. This is subject to the equipment being in a good serviceable condition with no visible defects and the retention not affecting the overall CE certification of the unit on completion. No other components will be retained. - The design, supply, installation and testing of new installations fully conforming and certified to EN81-21 lifts in accordance with the enclosed specification. - All equipment used must be in accordance with the specification and must remain consistent across all blocks. - Undertake all associated building works, alterations and making good in connection with the removal of the existing units and installation of the new lifts. - Undertake all associated electrical works and alterations in connection with the removal of the existing units and installation of the new lifts. Liaising and managing residents within domestic properties during installation works. - Provision of design calculations and drawings for checking prior to construction by the EA. - Provision of working / installation drawings. - Provision of record documents and as-fitted drawings. - Provision of training for the Clients maintenance staff and SFRS. - All works must comply with current Water Byelaws and Building Regulations",
                "status": "active",
                "value": {
                    "amount": 1300000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 450
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2020-11-06T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD Selection Criteria, question Section A Part IV, Suitability, the following questions: 4A.1 and 4A.1.1 Minimum level(s) of standards require: 4A.1 - Candidates must be registered or enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015. Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Candidates may be assessed as a FAIL and be excluded from the competition if they faily to provide a response to this question. 4A.1.1 - If the relevant documentation is available electronically please indicate. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question."
                },
                {
                    "type": "economic",
                    "description": "ESPD Selection Criteria, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B.1.2, 4B.3, 4B.5.1b, 4B.5.2, 4B.5.3 and 4B.6.",
                    "minimum": "4B.1.2 - Candidates will be required to have an average yearly turnover of a minimum of the following:- 1,500,000 GBP for the last three (3) years statutory accounts that are available.Candidates who have not yet submitted three years' statutory accounts but can demonstrate three years of trading must detail the date they started trading within their submission at 4B.3 and may provide alternative proof which demonstrates its financial standing in an equivalent manner in accordance with Regulation 61 - Means of Proof of the Public Contracts (Scotland) Regulations 2015. Such Candidates are required to provide financial accounts for the three years most recently available, accompanied by a letter supporting the basis of their preparation from an audit registered firm. 4B.3 - Where turnover information is not available for the time period requested, the Candidate will be required to state the date which they were set up or started trading 4B.5.1b - Candidates must confirm they already have, or commit to obtain prior to the commencement date of the contract, the following levels of insurance cover: 1) Professional Risk Indemnity Insurance: 5,000,000 GBP each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 2) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 5,000,000 GBP each and every claim; and 2) Product Liability Insurance: 5,000,000 GBP each and every claim. 4B.5.3 - If the relevant documentation is available electronically, please indicate. 4B.6 - Candidates will be required to have an Equifax Score Check of Grade D- or above or equivalent. Any equivalent relied upon must be demonstrated by the tenderer to be of such a standard. It shall be the tenderer's responsibility to review its own Equifax Score Check Grade (or equivalent) in advance of returning its tender/ESPD. If, following this review, the tenderer does not consider that the Equifax Score Check Grade (or equivalent) reflects its current financial status; the tenderer must provide a detailed explanation in response to question 4B.6, together with relevant supporting independent evidence. Where the tenderer is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade (or equivalent) rating, it must provide its audited financial accounts for the two years prior to the publication of this notice as part of its tender/ESPD, in order that the Authority may assess these to determine whether the Tenderer meets the published minimum standards. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.1, 4B.3, 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6 in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP 1) an ESPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract"
                },
                {
                    "type": "technical",
                    "description": "Due to character limitations in this section it is not possible to provide a comprehensive description of the selection criteria relating to section III.1.3 in the Contract Notice. Therefore the Objective and Non-Discriminatory Criteria for III.1.3 are set out in full in \"Section 1-Information to Tender\" which can be accessed through the additional information area within the portal. A summarised description of the selection criteria is provided below; ESPD Selection Criteria S ection, question Section C, Part IV, Technical and Professional Ability:4C.1,4C.6 and 4C.10. ESPD Selection Criteria Section, question Section D, Part IV, Quality Assurance Schemes and Environmental Management Standards:4D.1, 4D.1.1, 4D.1.2 and 4D.2.",
                    "minimum": "Question 4C.1-Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the works as described in part II.2.4 of the Contract Notice. Examples provided should be relevant to the scope, value, scale and complexity of proposed lot all as per documents 1-3 which can be accessed through the buyer attachment area within the portal. Question 4C.1 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3. Candidates must achieve an overall combined minimum score requirement of 50% per lot. Candidates unable to meet the minimum requirements for 4C.1 will be assessed as a FAIL and therefore be excluded from the competition. Question 4C.6-Candidates will be required to confirm that they and/or the service provider have all of the following relevant and professional qualifications: Industry Accredited -Member of LEIA-Lift and Escalator Industry Association Certification Required -ISO 9001 certification awarded by a certification body approved by UKAS (the United Kingdom Accreditation Service) or a European certification body of equivalent status. -ISO 45001 or OHSAS 18001 certification awarded by a certification body approved by UKAS or a European certification body of equivalent status. -\"Note:\" ISO 45001 was published in March 2018 and replaces OHSAS 18001 with a transition of three years -Minimum Training Requirements Site Supervisor/Manager The Project Supervisor/Managers must have undertaken the 5-day CITB Course: 'The Site Management Safety Training Scheme' and hold the SMSTS certification or equivalent. Lift fitter A lift fitter should be suitably trained, qualified by knowledge and practical experience, provided with necessary instructions and supported within their organization to enable the required operations to be safely carried out. NOTE 1-A suitable minimum level of certified qualification is one of the following: a) Level 3 NVQ Diploma in Engineering Maintenance (QCF) following an appropriate pathway in Servicing (EMG) and/or Repair (EMH); or a) Level 3 NVQ Diploma in Installation and Commissioning (QCF) following an appropriate pathway in Traction Lifts (ICC) and/or Hydraulic Lifts (ICD). NOTE 2 - Older certified qualifications that can be accepted as an equivalent level of qualification include: a) Level 3 NVQ in Engineering Maintenance with appropriate endorsement for Lift Servicing or Lift Repair; b) Level 3 NVQ in Installation and Commissioning with appropriate endorsement for Traction Lift Installation or Hydraulic Lift Installation; c) EMTA module/segment certification and apprenticeship certification prior to the existence of the former schemes 2). Other suitable certified qualifications might exist. Lift Fitters Assistant (Mate) Any person undertaking or assisting with the works on the site must have a minimum of EOR/202 Basic Lift Safety certification. Lift adjusters/testers (or persons carrying out such functions) Lift adjusters/testers should hold qualifications relevant to the products they work on, i.e. lifts. NOTE-A suitable minimum level of certified qualification is a Level 4 NVQ Certificate in Performing Testing Operations in the Lift and Escalator Industry including appropriate Unit Credits in one or both of the following units: TLE4/005 \"Performing testing operations on existing/ modernized equipment in the lift and escalator industry\"; TLE/006 \"Performing commissioning tests on new equipment in the lift and escalator industry\". Older certified qualifications that can be accepted as an equivalent level of qualification include a Certificate of Verified Achievement LET01 \"Lift and escalator -Tester obtaining units UC/401, UC/402\" and at least one of Units UT/403 and UT/405. Other suitable certified qualifications might exist. Lift adjusters/testers should also be trained in safe working procedures and should have the experience, skill and knowledge to undertake the commissioning of lifts following installation."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "45313100",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Bidders should note that all documents listed in ITT Section 4.13 \"Checklist for Enclosures\" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=632629. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: North Lanarkshire Council's policy on community benefits in procurement aims to consider whether community benefits can be included where it is making capital investments or services / goods are being purchased. An indication of the type of benefits which the Council expects is included within the ITT documents for this procurement exercise. Bidders will be required to provide details within their tender Submission of the Community Benefits they will deliver if their tender submission is successful. It should be noted that the Community Benefit commitments made at tender stage may form a contractual obligation (SC Ref:632629)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000632629"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}