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: lynseybennett@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
Supply and Delivery of Bow Top Fencing Materials
Reference number: NAC/5163
II.1.2) Main CPV code
34928220
II.1.3) Type of contract
Supplies
II.1.4) Short description
North Ayrshire Council seek to appoint a suitably qualified provider who can deliver bow top fencing materials to North Ayrshire Council's Building Services department.
The contract will be for a period of 2 years with the option to extend for up to a further 24 months.
The contract will be let under North Ayrshire Council's Conditions of Contract for the Purchase of Goods (and any related services) (NAC TC4).
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
210 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
34928200
34928220
14622000
44231000
71550000
45262670
II.2.3) Place of performance
NUTS code:
UKM93
Main site or place of performance:
North Ayrshire
II.2.4) Description of the procurement
North Ayrshire Council requires a framework of suppliers to provide bow top metal fencing materials to allow Building Services to carry out the maintenance and project installation works on properties within the region.
The Council estimate that a maximum of four compliant contractors will be awarded a place on the framework.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 20
Price
/ Weighting:
80
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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 000-004829
Section V: Award of contract
Contract No: NAC/5163
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/08/2024
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
James Cowie + Co LTD
uNIT 2 Whistleberry Ind est, Hamilton
Hamilton
ML3 OED
UK
Telephone: +44 1698824647
Fax: +44 1698823200
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Reid Wire Ltd
162 Glenpark Street
Glasgow
G31 1PG
UK
Telephone: +44 1415547081
Fax: +44 1415564483
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 210 000.00
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:
Value of contract not suitable for lots.
Nature of the contract not suitable for lots.
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.
(SC Ref:775902)
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
22/08/2024