Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
E-mail: laurakeane@north-ayrshire.gov.uk
NUTS: UKM93
Internet address(es)
Main address: http://www.north-ayrshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
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
Measured Term Contract for Water Quality Management Services
Reference number: NAC/5187
II.1.2) Main CPV code
90600000
II.1.3) Type of contract
Services
II.1.4) Short description
NAC seek to appoint a suitably qualified service provider to deliver services to manage legionella control and water quality management including regimes for temperature testing; cleaning and disinfection; sampling and analysis of results, cold water storage tank inspections; hot water storage system inspections; servicing of thermostatic mixing valves and risk assessments in North Ayrshire Council Non-Housing properties and Communal Areas within Sheltered Housing Units and Supported Living Units.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
754 662.50
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71620000
71610000
90733000
II.2.3) Place of performance
NUTS code:
UKM93
II.2.4) Description of the procurement
NAC seek to appoint a suitably qualified service provider to deliver services to manage legionella control and water quality management. the contract will be let on the terms and conditions of the SBCC Measured Term Contract (MTC / Scot 2019) and the the Supplementary Conditions contained in the Supplementary Conditions and Preliminaries Section of Document 1 – Contract Conditions and Contract Particulars.
II.2.5) Award criteria
Quality criterion: quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.11) Information about options
Options:
No
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-039101
Section V: Award of contract
Contract No: NAC/5187
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/04/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
hsl Compliance Ltd
Alton House, Alton Business Park, Alton Road, Ross-on-Wye
Herefordshire
HR9 5BP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 754 662.50
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Lots are not being used for this tender for the reason(s) stated below:
Delivery of the contract is location specific.
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 a documented policy regarding quality management, see attachment at SPD question 4D.1.
Health and Safety Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (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 the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.
Environmental Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.
Bidders 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.
(SC Ref:796734)
VI.4) Procedures for review
VI.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
UK
Telephone: +44 1563550024
Internet address(es)
URL: https://www.scotcourts.gov.uk/
VI.5) Date of dispatch of this notice
17/04/2025