Contract notice
Section I: Contracting
authority
I.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
UK
Contact person: Sean Skelton
E-mail: sean.skelton@eastrenfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.eastrenfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Servicing ,Repairs and Maintenance to Lifts within East Renfrewshire Council
Reference number: ERC000316
II.1.2) Main CPV code
50750000
II.1.3) Type of contract
Services
II.1.4) Short description
The works comprise of regular servicing of all lifts throughout the Council including within the housing department. Works also include but not limited to the general repairs and maintenance of various East Renfrewshire Council Buildings on a 24-hour 365 days emergency response service in accordance with the priority schedule detailed in the contract document to enable emergency work to be carried out in compliance with the Contract Conditions. Emergency call outs will be required in case of entrapments via emergency call system within the lifts. Additionally some lifts may require remedial works to auto dialler systems before all lifts can be managed under one contract.
II.1.5) Estimated total value
Value excluding VAT:
220 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50700000
50710000
45313100
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
Open Route 3 Tender to appoint a single contract to deliver a Measured Term Contract for Servicing ,Repairs and Maintenance to Lifts within East Renfrewshire Council
II.2.5) Award criteria
Criteria below:
Quality criterion: Reporting
/ Weighting: 20
Quality criterion: Loler Report
/ Weighting: 25
Quality criterion: Resources
/ Weighting: 15
Quality criterion: Technical Ability
/ Weighting: 20
Quality criterion: Net Zero
/ Weighting: 5
Quality criterion: Community Benefits
/ Weighting: 10
Quality criterion: Fair Work
/ Weighting: 5
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Council reserves the right to extend up to a further 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The council reserve the right to spend up to an additional 100,000 GBP over the duration of the contract including extension . Should there be a need or budget is available
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Lift and Escalator Industry Association (LEIA)
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant’s economic and financial standing. East Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services.
Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover and/or Credit Safe score of 30 that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information.
Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and
Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form.
The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents.
Insurance
Minimum level(s) of standards required:
Public Liability and Employers Liability 5m GBP
Professional Indemnity/ Contractors all risk 2M GBP
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
SBCC Measured Term Contract for use in Scotland 2011 edition
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/03/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
15/03/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Upon Expiry the contract will be brought back to market
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25528. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
East Renfrewshire Council is committed to maximising community benefits from contracts for works, goods and services in which the
Council has an interest. Community benefits should improve the economic, social or environmental wellbeing of the area. Under this contract the successful Contractor will be requested to support East Renfrewshire Council’s economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy.
Tier 1. Targeted recruitment and training for priority employability groups.
Tier 2. Work experience placements for the same target groups.
Tier 3. Curriculum support for schools and those on employability pathways.
Tier 4. Community Enhancement for community groups and projects.
Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support.
(SC Ref:756222)
VI.4) Procedures for review
VI.4.1) Review body
Paisley Sheriff Court and Justice of the Peace Court
Paisley
PA3 2HW
UK
E-mail: paisley@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
29/01/2024