ɫèֱ²¥ Contract Leads
No location provided
Category Goods
Type
No. of Lots 2
Status Active
Published 22nd Apr 2025
Reference | ocds-h6vhtk-050554 |
Common Procurement Vocabulary | Lifts |
Procurement Method | Open procedure |
Value | £2,800,000 |
No location provided
Category Goods
Type
No. of Lots 2
Status Active
Published 22nd Apr 2025
Reference | ocds-h6vhtk-050554 |
Common Procurement Vocabulary | Lifts |
Procurement Method | Open procedure |
Value | £2,800,000 |
Section I: Contracting authority
I.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
Contact
Yahia Reggab
yahia.reggab [at] fife.gov.uk
Telephone
+44 3451550000
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Framework Agreement for through floor lifts, external lifts and ceiling tracking hoists
Reference number
CW0265
II.1.2) Main CPV code
- 42416100 - Lifts
II.1.3) Type of contract
Supplies
II.1.4) Short description
Fife Council has a requirement the provision of Through Floor lifts, external lifts and ceiling tracking hoists within domestic and
non-domestic properties. The requirement also includes maintenance & servicing, removal and relocation of existing stock (domestic
properties only).
II.1.5) Estimated total value
Value excluding VAT: £2,800,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Supply & Installation, Servicing & Maint/call outs, Removal & Relocation of Through Floor Lifts and External Lifts
Lot No
1
II.2.2) Additional CPV code(s)
- 42416100 - Lifts
II.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Fife
II.2.4) Description of the procurement
Fife Council has a requirement for the installation of Through Floor Lifts, External Step Lifts,
External Platform Lifts, External Straight Stair lifts and External Inclined Platform Lifts within domestic
and non-domestic properties.
The requirement also includes maintenance & servicing, removal and relocation of existing stock in domestic properties only.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 months extension
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Supply & Installation, Servicing & Maint/call outs, Removal & Relocation of Ceiling Tracking Hoists
Lot No
2
II.2.2) Additional CPV code(s)
- 42416300 - Hoists
II.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Fife
II.2.4) Description of the procurement
Fife Council has a requirement for the provision of Ceiling Tracking Hoists (Fixed & Room Cover) within domestic and non-domestic
properties.
The requirement includes maintenance & servicing, removal and relocation of hoists of existing stock within domestic properties only.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 months extension
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.
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
Full details of the objective rules and criteria for participation are contained within the ITT document. Please refer to the SPD and TN1
Document.
Criteria for evaluation – SPD (Scotland) will be used for the Selection Criteria.
Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;
Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6
Section C – Technical & Professional Ability – 4C.1.2 & 4C.6
Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2
III.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.
Financial Analysis of ratios/accounts – The ratio to be used will be the ‘Current Ratio’ calculation based on Current Liabilities as a
percentage of Current Assets. If the resultant ratio is 1 or greater then no further analysis by Finance is required. Where a Tenderer does not
meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council
may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.
Insurance - GBP10M Employers Liability, GBP5.0M Public Liability and GBP0.25M Professional Indemnity and GBP2.5M Product
Liability
Minimum level(s) of standards possibly required
Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.
Financial Analysis of ratios/accounts – The ratio to be used will be the ‘Current Ratio’ calculation based on Current Liabilities as a
percentage of Current Assets. If the resultant ratio is 1 or greater then no further analysis by Finance is required. Where a Tenderer does not
meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council
may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.
Insurance - GBP10M Employers Liability, GBP5.0M Public Liability and GBP0.25M Professional Indemnity and GBP2.5M Product
Liability
III.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)
will be used for the Selection Criteria.
Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;
Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6
Section C – Technical & Professional Ability – 4C.1.2 & 4C.6
Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2
Minimum level(s) of standards possibly required
Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.Criteria for evaluation – SPD (Scotland)
will be used for the Selection Criteria.
Parts 1, 2, 3, 4 & 6 will be included. The following questions will be used in Part 4;
Section B – Economic & Financial Standing – 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6
Section C – Technical & Professional Ability – 4C.1.2 & 4C.6
Section D - Quality Assurance Schemes and Environmental Management Standards – 4D.1, 4D.1.1 & 4D.1.2 AND 4D.2, 4D2.1 & 4D2.2.2
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
IV.1.8) Information about the 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
23 May 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
23 May 2025
Local time
12:00pm
Place
Fife
Information about authorised persons and opening procedure
Yahia Reggab
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Spring 2028 unless the option to extend is used.
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 29071. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Tenderers shall provide a Community Benefits delivery plan/ methodology as part of their tender submission, fully describing how they would intend to deliver these benefits.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Fife Council is committed to ensuring delivery of high-quality services and to achieving best value through the contract by:
· securing continuous improvement in the performance and delivery of its function;
· maintaining an appropriate balance between quality and whole life cost; and
· actively contributing to sustainable development.
It is expected that the contractor will take a positive approach to Fair Work practices.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29071. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Tenderers shall provide a Community Benefits delivery plan/ methodology as part of their tender submission, fully describing how they
would intend to deliver these benefits. For more details see the tender documents.
(SC Ref:796791)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Courthouse Whyescauseway
Kirkcaldy
KY1 1XQ
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts
(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of
Session