Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PS-25-08 - Mechanical Ventilation (Air Con - HVAC) Service & Maintenance MTC

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04db0c
Published by:
East Ayrshire Council
Authority ID:
AA20168
Publication date:
12 March 2025
Deadline date:
07 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Name: Mechanical Ventilation Service & Maintenance Term Contract.

Nature: The nature of the works envisaged within this contract relates to both the planned inspection, servicing, testing & certification, and to emergency/reactive repairs of air conditioning/air handling/heat pump equipment. It is anticipated that the majority of work will be carried out during normal working hours (excluding the activities listed as Specialist Term Contracts as listed in Appendix 2 of the contract Appendices document).

Location: Properties listed in Appendix 5 – Premises List of the contract Appendices document.

Contract length: 2 years plus option of two 1 year extensions.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

UK

Telephone: +44 1563576000

E-mail: david.shields@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.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

PS-25-08 - Mechanical Ventilation (Air Con - HVAC) Service & Maintenance MTC

II.1.2) Main CPV code

50710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Name: Mechanical Ventilation Service & Maintenance Term Contract.

Nature: The nature of the works envisaged within this contract relates to both the planned inspection, servicing, testing & certification, and to emergency/reactive repairs of air conditioning/air handling/heat pump equipment. It is anticipated that the majority of work will be carried out during normal working hours (excluding the activities listed as Specialist Term Contracts as listed in Appendix 2 of the contract Appendices document).

Location: Properties listed in Appendix 5 – Premises List of the contract Appendices document.

Contract length: 2 years plus option of two 1 year extensions.

II.1.5) Estimated total value

Value excluding VAT: 640 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

42500000

42510000

42512000

45331000

45331100

45331200

45331210

45331220

45331221

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

Name: Mechanical Ventilation Service & Maintenance Term Contract.

Nature: The nature of the works envisaged within this contract relates to both the planned inspection, servicing, testing & certification, and to emergency/reactive repairs of air conditioning/air handling/heat pump equipment. It is anticipated that the majority of work will be carried out during normal working hours (excluding the activities listed as Specialist Term Contracts as listed in Appendix 2 of the contract Appendices document).

Location: Properties listed in Appendix 5 – Premises List of the contract Appendices document.

Contract length: 2 years plus option of two 1 year extensions.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

2No. Optional 1 year extensions.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

For the purpose of this Contract, the Contractor (including any Sub-Contractors if appropriate) must be on the current F-Gas company certification register, as appointed by the Department for the Environment, Food and Rural Affairs (DEFRA) under the 2015 no310 UK Fluorinated Greenhouse Gases Regulations throughout the entire Contract period.

For the purpose of this Contract, all Contractors (including any Sub-Contractors if appropriate) must be a member of the Building Engineering Services Association (BESA) throughout the entire Contract period.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Financial Standing

The Council shall commission an independent third party Risk Report from Experian using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Commercial Delphi Score of 25 out of 100 will have their submission regarded as a “Fail” and will not be considered further. Where a Tenderer receives a Commercial Delphi Score of between 25 - 50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such 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

Risk or Credit reports from other agencies will not be considered.

It is the Tenderers responsibility to ensure that all information held by Experian is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Experian scores are accurate by the due submission date.

Insurances

It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the insurances indicated below.

Public & Products Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims.

Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims.


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/03/2025

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/03/2025

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:

2 years

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 28508. 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:

It has become clear that there is scope within the EU legal framework 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 response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract.

(SC Ref:789495)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

UK

VI.5) Date of dispatch of this notice

03/02/2025

Coding

Commodity categories

ID Title Parent category
45331220 Air-conditioning installation work Heating, ventilation and air-conditioning installation work
42512000 Air-conditioning installations Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
45331100 Central-heating installation work Heating, ventilation and air-conditioning installation work
42500000 Cooling and ventilation equipment Industrial machinery
42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery Cooling and ventilation equipment
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45331221 Partial air-conditioning installation work Heating, ventilation and air-conditioning installation work
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
45331200 Ventilation and air-conditioning installation work Heating, ventilation and air-conditioning installation work
45331210 Ventilation installation work Heating, ventilation and air-conditioning installation work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
david.shields@east-ayrshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.