Award

PPM and Minor Repair of Lifts

INVERCLYDE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

Inverclyde Council has issued a tender for "PPM and Minor Repair of Lifts," aimed at securing a contractor for planned preventative maintenance and corrective maintenance services, including call-outs, for various locations within the Inverclyde area. The procurement process is currently in the tender stage, employing an open procedure. The main procurement category is services. The submission deadline is 6 September 2024, with the contract expected to commence shortly thereafter. This contract, valued at £135,000, will span two years with an option for a one-year extension, potentially reaching a total duration of three years.

This tender represents a significant business opportunity, especially for companies experienced in lift maintenance and repair. Ideal candidates would be members of the Lift & Escalator Industry Association (LEIA) and possess strong financial stability, as outlined by the Dun and Bradstreet assessment criteria. The contract encompasses a variety of lift types and manufacturers, providing ample scope for service providers to demonstrate their technical expertise. Additionally, the inclusion of community benefits and social values as evaluation criteria can enhance a company's profile in delivering public service obligations. This tender is particularly well-suited for businesses specialising in public infrastructure services and those with a robust record of health and safety management.

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

PPM and Minor Repair of Lifts

Notice Description

Contract Award Notification for the Provision of planned, preventative maintenance and corrective maintenance including call out to various locations as detailed in the tender documents within the Inverclyde geographical area.

Lot Information

Lot 1

Contract Award Notification for the provision of planned preventative maintenance and corrective maintenance including call out to various locations as detailed in the tender documents within the Inverclyde geographical area. Lift Types include Passenger Lifts, Service / Goods Lifts, Stair Lifts, Stage Lifts, Disabled Platform Lifts, and Dumbwaiters. Lift Operating Mechanisms include Traction, Hydraulic, Rack & Pinion, and Screw Drive. Lift Manufacturers include Otis, Schindler, Thyssen, Stannah, Orona, and Pollock. The tenderer must be a member of the Lift & Escalator Industry Association (LEIA).

Renewal: The Contract period for the Maintenance, Servicing and Repair of Lifts within Inverclyde Council Properties (CP0552/PRO) will be 2 years with an option to extend at the sole discretion of the Council and in agreement with the service provider for a further 1 year period up to a maximum contract period of 3 years (2+1).

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000760287
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT515366
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website 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

50000000 - Repair and maintenance services

50700000 - Repair and maintenance services of building installations

50750000 - Lift-maintenance services

Notice Value(s)

Tender Value
£135,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£162,833 £100K-£500K

Notice Dates

Publication Date
2 Oct 20241 years ago
Submission Deadline
6 Sep 2024Expired
Future Notice Date
Not specified
Award Date
27 Sep 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
If the contract is still required then a new tender may be brought back to market following expiry of this contract.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
INVERCLYDE COUNCIL
Contact Name
Not specified
Contact Email
procurement@inverclyde.gov.uk
Contact Phone
+44 1475712634

Buyer Location

Locality
GREENOCK
Postcode
PA15 1LX
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
Inverclyde
Electoral Ward
Inverclyde North
Westminster Constituency
Inverclyde and Renfrewshire West

Supplier Information

Number of Suppliers
1
Supplier Name

KONE

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-r6ebe6-0000760287-2024-10-02T00:00:00Z",
    "date": "2024-10-02T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000760287",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-65",
            "name": "Inverclyde Council",
            "identifier": {
                "legalName": "Inverclyde Council"
            },
            "address": {
                "streetAddress": "Procurement, Municipal Buildings, Clyde Square",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 1LX"
            },
            "contactPoint": {
                "email": "procurement@inverclyde.gov.uk",
                "telephone": "+44 1475712634",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "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.inverclyde.gov.uk"
            }
        },
        {
            "id": "org-66",
            "name": "Greenock Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House,1 Nelson Street,",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-121",
            "name": "Inverclyde Council",
            "identifier": {
                "legalName": "Inverclyde Council"
            },
            "address": {
                "streetAddress": "Procurement, Municipal Buildings, Clyde Square",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 1LX"
            },
            "contactPoint": {
                "email": "procurement@inverclyde.gov.uk",
                "telephone": "+44 1475712634",
                "url": "http://"
            },
            "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.inverclyde.gov.uk"
            }
        },
        {
            "id": "org-496",
            "name": "KONE plc",
            "identifier": {
                "legalName": "KONE plc"
            },
            "address": {
                "streetAddress": "Global House, Station Place, Fox Lane North",
                "locality": "Chertsey",
                "region": "UK",
                "postalCode": "KT16 9HW"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-123",
            "name": "Greenock Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House,1 Nelson Street,",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Inverclyde Council",
        "id": "org-121"
    },
    "tender": {
        "id": "CP0552/PRO",
        "title": "PPM and Minor Repair of Lifts",
        "description": "Contract Award Notification for the Provision of planned, preventative maintenance and corrective maintenance including call out to various locations as detailed in the tender documents within the Inverclyde geographical area.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50700000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Inverclyde"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 135000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2024-09-06T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-09-06T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG512207",
                "documentType": "contractNotice",
                "title": "PPM and Minor Repair of Lifts",
                "description": "Inverclyde Council are seeking to appoint a contractor to provide planned preventative maintenance and corrective maintenance including call out to various locations as detailed in the tender documents within the Inverclyde geographical area.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG512207",
                "format": "text/html"
            },
            {
                "id": "OCT515366",
                "documentType": "awardNotice",
                "title": "PPM and Minor Repair of Lifts",
                "description": "Contract Award Notification for the Provision of planned, preventative maintenance and corrective maintenance including call out to various locations as detailed in the tender documents within the Inverclyde geographical area.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT515366",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Contract Award Notification for the provision of planned preventative maintenance and corrective maintenance including call out to various locations as detailed in the tender documents within the Inverclyde geographical area. Lift Types include Passenger Lifts, Service / Goods Lifts, Stair Lifts, Stage Lifts, Disabled Platform Lifts, and Dumbwaiters. Lift Operating Mechanisms include Traction, Hydraulic, Rack & Pinion, and Screw Drive. Lift Manufacturers include Otis, Schindler, Thyssen, Stannah, Orona, and Pollock. The tenderer must be a member of the Lift & Escalator Industry Association (LEIA).",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract period for the Maintenance, Servicing and Repair of Lifts within Inverclyde Council Properties (CP0552/PRO) will be 2 years with an option to extend at the sole discretion of the Council and in agreement with the service provider for a further 1 year period up to a maximum contract period of 3 years (2+1)."
                }
            }
        ],
        "bidOpening": {
            "date": "2024-09-06T12:00:00Z",
            "address": {
                "streetAddress": "Opened remotely using the PCS-T opening committee feature."
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "As stated within the tender documents."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B.1.2 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following: (a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check). OR (b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check). PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW: APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT'S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK. You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted. If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question. If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder. For the avoidance of doubt, the annual contract value is 45,000 for the purposes of this financial assessment. 4B.5.1b/4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5M GBP Public Liability Insurance = 10M GBP each and every claim"
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Bidders must provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver the requirements within this Contract which were similar in regards to scope, scale, value and duration. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 QUALITY MANAGEMENT PROCEDURES 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 The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. AND 4D.1 HEALTH & SAFETY 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 hold the information contained in the document \"Contract Notice Additional Information\" contained within the supplier attachments area."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-11-14T00:00:00Z"
            }
        },
        "classification": {
            "id": "50750000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "If the contract is still required then a new tender may be brought back to market following expiry of this contract."
        }
    },
    "language": "EN",
    "description": "(SC Ref:779515)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000760287"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000760287"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "CP0552/PRO",
            "suppliers": [
                {
                    "id": "org-496",
                    "name": "KONE plc"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CP0552/PRO",
            "awardID": "CP0552/PRO",
            "status": "active",
            "value": {
                "amount": 162833.2,
                "currency": "GBP"
            },
            "dateSigned": "2024-09-27T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1890",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "1891",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1892",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1893",
                "measure": "foreignBidsFromNonEU",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "1894",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}