Contract notice
Section I: Contracting
authority
I.1) Name and addresses
South Ayrshire Council
County Buildings, Wellington Square
Ayr
KA7 1DR
UK
Telephone: +44 3001230900
E-mail: procurement@south-ayrshire.gov.uk
NUTS: UKM94
Internet address(es)
Main address: http://www.south-ayrshire.gov.uk/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
I.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
Telephone: +44 1294310000
E-mail: procurement@north-Ayrshire.gov.uk
NUTS: UKM93
Internet address(es)
Main address: http://www.north-ayrshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.1) Name and addresses
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
UK
Telephone: +44 1563576000
E-mail: procurement@east-ayrshire.gov.uk
NUTS: UKM93
Internet address(es)
Main address: http://www.east-ayrshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
I.1) Name and addresses
NHS Ayrshire & Arran
Eglinton House, Ailsa Hospital, Dalmellington Road
Ayr
KA6 6AB
UK
Telephone: +44 1294323219
E-mail: procurement@aapct.scot.nhs.uk
NUTS: UKM94
Internet address(es)
Main address: http://www.nhsaaa.net
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00060
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge 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
Pan-Ayrshire Servicing, Maintenance and Repair of Community Equipment Framework Agreement
Reference number: CE-169-24
II.1.2) Main CPV code
85323000
II.1.3) Type of contract
Services
II.1.4) Short description
East Ayrshire Council, NHS Ayrshire and Arran, North Ayrshire Council, and South Ayrshire Council (the Partners) are seeking to appoint a Service Provider who will be responsible for providing the following services.
- Deliver a comprehensive and thorough Inspection, Service, Maintenance and Repair Service of items of Community equipment, for clients located throughout Ayrshire. Equipment will normally be in domestic or alternative designated environments such as Care Homes where care provision can take place. Additionally, there may be an occasional requirement to service / repair equipment out with the boundary of Ayrshire.
- Provide a repair service on a call-out basis, including provision of an “out of hours” service.
The Services shall be carried out in accordance with the relevant manufacturer’s instructions for the equipment concerned, the Provision and Use of Work Equipment Regulations 1998 (PUWER), the Lifting Operations and Lifting Equipment Regulations 1998 (LOLER) and Portable Appliance Testing.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
33190000
50410000
33192000
33192600
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Ayrshire
II.2.4) Description of the procurement
East Ayrshire Council, NHS Ayrshire and Arran, North Ayrshire Council, and South Ayrshire Council (the Partners) are seeking to appoint a Service Provider who will be responsible for providing the following services.
- Deliver a comprehensive and thorough Inspection, Service, Maintenance and Repair Service of items of Community equipment, for clients located throughout Ayrshire. Equipment will normally be in domestic or alternative designated environments such as Care Homes where care provision can take place. Additionally, there may be an occasional requirement to service / repair equipment out with the boundary of Ayrshire.
- Provide a repair service on a call-out basis, including provision of an “out of hours” service.
The Services shall be carried out in accordance with the relevant manufacturer’s instructions for the equipment concerned, the Provision and Use of Work Equipment Regulations 1998 (PUWER), the Lifting Operations and Lifting Equipment Regulations 1998 (LOLER) and Portable Appliance Testing.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Two (2) years (+1) (+1)
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
It is a requirement of this procurement that Tenderers hold, or can commit to obtain, prior to the commencement of any subsequently concluded Framework Agreement, the insurance and financial requirements indicated below:
Insurances:
Employers Liability Insurance (Compulsory) = 10 million GBP in respect of each claim without limit to the number of claims.
Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims.
Motor Vehicle Insurance = Minimum Third-Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used.
Evidence for insurance requirements will be requested at the “Request For Documentation” Stage.
Documentation requested for the above insurances will include the names of insurers, policy numbers, expiry dates, limits of any one incident, annual aggregate caps, excesses and claims handling procedures.
Financial Standing:
The Council will access a Creditsafe report for a Tenderer’s organisation and use the information contained within to assist with the assessment of the Tenderer’s economic and financial standing.
In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below:
A copy of the organisation’s audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end.
OR
A statement of the organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. NOTE if this information is not available in an audited format Tenderers may be required to provide an end of period balance sheet or make the response specified below.
OR
If Tenderers are unable to provide the information requested above, they may be required to provide additional information and documentation that will give the Authority the assurance that they are capable of carrying out any subsequent awarded contract. For example, a statement of their organisation's cash flow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.
Once the Council has received and considered such financial information as is made available in line with the requirements above, the Council shall have discretion to ask Tenderers to provide either a parent company guarantee and/or a guarantee from an agreed financial institution as it considers appropriate (acting reasonably).
In the event that additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.
Evidence for this requirement may be requested at the “Request For Documentation” Stage.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Tenderers will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the Pan-Ayrshire Servicing, Maintenance and Repair of Community Equipment Framework Agreement. The below requirements will be requested at the “Request for Documentation” Stage:
Two (2) examples of the provision of similar services may be requested and must be from within the last 3 years for goods and services and within the last 5 years of work contracts.
If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.
Tenderers may also be required to provide:
Technical Skills
A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise.
Technical Resources
A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise.
Technical Confirmation
If available, copies of completion certificates or customers' written declaration which validates the examples you have provided.
Guidance
If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
During the period of the Framework Agreement, the Service Provider shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below:
Cost – Category Weight (20%)
Invoice Accuracy – 50%
Cost Reduction Initiatives – 50%
Quality – Category Weight (30%)
Fit for Purpose – 50%
Contract Outcome – 40%
Continual Improvement / Innovation – 10%
Service – Category Weight (40%)
Complaints – 15%
Communication – 30%
Management Information – 25%
Accuracy – 30%
Sustainability – Category Weight (10%)
Sustainable Processes – 50%
Community Benefits – 50%
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
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:
19/08/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
20/10/2025
IV.2.7) Conditions for opening of tenders
Date:
19/08/2025
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:
May 2029
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 29197. 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:
This procurement will include a Community Benefit requirement.
It has become clear that there is scope within the Procurement Reform (Scotland) Act 2014 which applies to public contracts, to use contracts to deliver wider social benefits such as:
- Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)
- SME and social enterprise development
- Community engagement
As part of your tender response, Tenderers are requested to provide an outline of all community benefits they can offer for this contract.
(SC Ref:804204)
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
11/07/2025