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
Annual Inspection & Reactive Maintenance of Domestic Gas Central Heating Installations & Equipment
Reference number: NAC/5165
II.1.2) Main CPV code
50531100
II.1.3) Type of contract
Services
II.1.4) Short description
North Ayrshire Council seek to appoint a suitably qualified provider who can deliver annual inspection and reactive maintenance services for domestic and commercial gas central heating installations (and ancillary equipment) within North Ayrshire.
The contract will be for a period of 3 years with the option to extend for up to a further 24 months.
The contract will be let under the Terms and Conditions of the Scottish Building Contract Committee (SBCC) Measured Term Contract (MTC/Scot) 2011, and NAC Model Form Additional Contract Terms.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
9 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
50531200
50720000
II.2.3) Place of performance
NUTS code:
UKM93
UKM63
Main site or place of performance:
North Ayrshire (including mainland and islands of Arran & Cumbrae)
II.2.4) Description of the procurement
The contract comprises of the annual servicing and maintenance, including breakdown repairs and commissioning of existing central heating installations to various types of domestic and commercial properties within North Ayrshire.
Please note, the question and answer deadline for this procurement exercise is Monday 18th December 2023.
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:
2023/S 000-034954
Section V: Award of contract
Contract No: NAC/5165
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/02/2023
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
James Frew Ltd
83 New Street
Stevenston
KA20 3HD
UK
Telephone: +44 1294468113
NUTS: UKM93
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 9 000 000.00
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:
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.
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:758329)
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
15/03/2024