Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
Contact person: Laura Keane
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://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
NAC/5164 Framework Agreement for Provision of Ad-Hoc Vehicle Repairs, Maintenance Services & Recovery
Reference number: NAC/5164
II.1.2) Main CPV code
34300000
II.1.3) Type of contract
Supplies
II.1.4) Short description
North Ayrshire Council (“NAC”) is seeking to appoint service, maintenance and repair providers within a Framework Agreement with the appropriate experience of vehicle repairs and maintenance services to supplement their in-house provision.
These services required will be over the following lots:
Lot 1 - Light Vehicles up to 3.5t & Minibuses up to 17 seat capacity
Lot 2 - Heavy vehicles over 3.5t
Lot 3 - Repair of grounds maintenance, plant and hand-held equipment
sub lots:
3a – Heavy Plant
3b – Light Plant
3c – Pedestrian and Handheld Plant
Lot 4 - Repair of vehicle tail lifts + hook loaders
sub lots:
4a – Vehicle Tail Lifts
4b – Hook Loaders
Lot 5 – Welding and Fabrication Services for light/heavy commercial vehicles and plant
Lot 6 – Recovery – All vehicle types
II.1.5) Estimated total value
Value excluding VAT:
1 600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 6 lots
II.2) Description
Lot No: 1
II.2.1) Title
Light Vehicles up to 3.5t & Minibuses up to 17 seat capacity
II.2.2) Additional CPV code(s)
34300000
II.2.3) Place of performance
NUTS code:
UKM93
II.2.4) Description of the procurement
Light Vehicles up to 3.5t & Minibuses up to 17 seat capacity
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 10
Quality criterion: Price
/ Weighting: 90
Price
/ Weighting:
90
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:
Up to 12 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:
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
II.2.14) Additional information
Estimated budget 600,000 GBP
Lot No: 2
II.2.1) Title
Heavy vehicles over 3.5t
II.2.2) Additional CPV code(s)
34300000
II.2.3) Place of performance
NUTS code:
UKM93
II.2.4) Description of the procurement
Heavy vehicles over 3.5t
II.2.5) Award criteria
Criteria below:
Quality criterion: Price
/ Weighting: 90
Quality criterion: Quality
/ Weighting: 10
Price
/ Weighting:
90
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:
up to 12 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:
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
II.2.14) Additional information
Estimated budget 560,000 GBP
Lot No: 3
II.2.1) Title
Repair of grounds maintenance, plant and hand-held equipment sub lots: 3a – Heavy Plant 3b – Light Plant 3c – Pedestrian and Handheld Plant
II.2.2) Additional CPV code(s)
43325100
II.2.3) Place of performance
NUTS code:
UKM93
II.2.4) Description of the procurement
Lot 3 - Repair of grounds maintenance, plant and hand-held equipment
sub lots:
3a – Heavy Plant
3b – Light Plant
3c – Pedestrian and Handheld Plant
Please note that sub-lots will be evaluated separately, ie the total cost of the individual sub-lot will be evaluated.
II.2.5) Award criteria
Criteria below:
Quality criterion: Price
/ Weighting: 90
Quality criterion: Quality
/ Weighting: 10
Price
/ Weighting:
90
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:
up to 12 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:
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
II.2.14) Additional information
Estimated budget
3a – Heavy Plant 160,000 GBP
3b – Light Plant 80,000 GBP
3c – Pedestrian and Handheld Plant 40,000 GBP
Lot No: 4
II.2.1) Title
Repair of vehicle tail lifts + hook loaders sub lots: 4a – Vehicle Tail Lifts 4b – Hook Loaders
II.2.2) Additional CPV code(s)
34300000
II.2.3) Place of performance
NUTS code:
UKM93
II.2.4) Description of the procurement
Repair of vehicle tail lifts + hook loaders
sub lots:
4a – Vehicle Tail Lifts
4b – Hook Loaders
Please note that sub-lots will be evaluated separately, ie the total cost of the individual sub-lot will be evaluated.
II.2.5) Award criteria
Criteria below:
Quality criterion: Price
/ Weighting: 90
Quality criterion: Quality
/ Weighting: 10
Price
/ Weighting:
90
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:
up to 12 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:
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
II.2.14) Additional information
Estimated budget
4a – Vehicle Lifts 40,000 GBP
4b – Hook Loaders 40,000 GBP
Lot No: 5
II.2.1) Title
Welding and Fabrication Services for light/heavy commercial vehicles and plant
II.2.2) Additional CPV code(s)
45262680
II.2.3) Place of performance
NUTS code:
UKM93
II.2.4) Description of the procurement
Welding and Fabrication Services for light/heavy commercial vehicles and plant
II.2.5) Award criteria
Criteria below:
Quality criterion: Price
/ Weighting: 90
Quality criterion: Quality
/ Weighting: 10
Price
/ Weighting:
90
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:
up to 12 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:
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
II.2.14) Additional information
Estimated budget 80,000 GBP
Lot No: 6
II.2.1) Title
Recovery – All vehicle types
II.2.2) Additional CPV code(s)
50118100
II.2.3) Place of performance
NUTS code:
UKM93
II.2.4) Description of the procurement
Recovery – All vehicle types
II.2.5) Award criteria
Criteria below:
Quality criterion: Price
/ Weighting: 90
Quality criterion: Quality
/ Weighting: 10
Price
/ Weighting:
90
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:
up to 12 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:
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
II.2.14) Additional information
Estimated budget 40,000 GBP
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:
If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Bidders must confirm if they hold the particular authorisation or memberships.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders will be required to have a minimum yearly “general” turnover for the last 3 years in the business area covered by the contract:
Lot 1 - 60,000GBP
Lot 2 - 56,000GBP
Lot 3a - 16,000GBP
Lot 3b - 8,000GBP
Lot 3c - 4,000GBP
Lot 4a - 4,000GBP
Lot 4b - 4,000GBP
Lot 5 - 8,000GBP
Lot 6 - 4,000GBP
Bidders who cannot meet the required level of turnover will be excluded from this tender.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5M GBP in respect of any one event
http://www.hse.gov.uk/pubns/hse40.pdf (Sole traders are exempt from this requirement)
Public Liability Insurance 5M GBP in respect of any one event
Product Liability Insurance 5M GBP in the aggregate only applicable to Lot 1 to Lot 3.
Statutory Third-Party Motor Vehicle Insurance
Maintained throughout the period of the contract in accord with the provisions of the current Road Traffic Act 1988 (as amended).
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders are required to provide a minimum of 2 examples of contracts carried out in the past 3 years that demonstrates they have the relevant experience to deliver the supplies/services described in the Contract Notice. The supplies must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.
Bidders are required to confirm the supplier itself & supplier's staff have the following relevant educational and professional qualifications:
Must be qualified and competent mechanics. Must have Institute of the Motor Industry (IMI) certificate or City and Guilds qualified.
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.
III.2) Conditions related to the contract
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 with several operators.
Envisaged maximum number of participants to the framework agreement: 30
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:
02/08/2024
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:
02/08/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 54032. 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:
Community benefits will be required on a mandatory / voluntary basis for:
- Employment
- Employability & Skills
- SMEs
- TSOs
- Education
- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)
(SC Ref:770137)
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
02/07/2024