Tender

PS-23-02 - Provision of a Mechanical & Electrical Service & Maintenance Measured Term Contract

  • East Ayrshire Council

F02: Contract notice

Notice identifier: 2023/S 000-012997

Procurement identifier (OCID): ocds-h6vhtk-0366a3

Published 5 May 2023, 3:13pm



Section one: Contracting authority

one.1) Name and addresses

East Ayrshire Council

London Road HQ, London Road

Kilmarnock

KA3 7DD

Contact

David Shields

Email

david.shields@east-ayrshire.gov.uk

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.east-ayrshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PS-23-02 - Provision of a Mechanical & Electrical Service & Maintenance Measured Term Contract

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Name: Mechanical & Electrical Reactive & Planned Servicing, Maintenance and Repair Term Contract.

Lot 1 - Mechanical Reactive & Planned Servicing, Maintenance and Repair Term Contract.

Lot 2 - Electrical Reactive & Planned Servicing, Maintenance and Repair Term Contract.

Nature: The nature of the works envisaged within this contract relates to both the planned inspection, servicing, testing & certification, and to reactive and emergency repairs of mechanical & electrical installations (excluding the activities listed as Specialist Term Contracts as listed in Appendix 2 of the contract Appendices document)

Location: Any or all non-housing buildings or properties listed in Appendix 5 – Premises List of the contract Appendices document.

Contract length: 3 years plus option of three 1 year extensions.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Mechanical Reactive & Planned Servicing, Maintenance and Repair Term Contract

Lot No

1

two.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51120000 - Installation services of mechanical equipment

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

two.2.4) Description of the procurement

Name: Mechanical & Electrical Reactive & Planned Servicing, Maintenance and Repair Term Contract.

Lot 1 - Mechanical Reactive & Planned Servicing, Maintenance and Repair Term Contract.

Lot 2 - Electrical Reactive & Planned Servicing, Maintenance and Repair Term Contract.

Nature: The nature of the works envisaged within this contract relates to both the planned inspection, servicing, testing & certification, and to reactive and emergency repairs of mechanical & electrical installations (excluding the activities listed as Specialist Term Contracts as listed in Appendix 2 of the contract Appendices document)

Location: Any or all non-housing buildings or properties listed in Appendix 5 – Premises List of the contract Appendices document.

Contract length: 3 years plus option of three 1 year extensions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £2,100,000

two.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

3No. Optional 12month extensions.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Electrical Reactive & Planned Servicing, Maintenance and Repair Term Contract

Lot No

2

two.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51100000 - Installation services of electrical and mechanical equipment

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

two.2.4) Description of the procurement

Name: Mechanical & Electrical Reactive & Planned Servicing, Maintenance and Repair Term Contract.

Lot 1 - Mechanical Reactive & Planned Servicing, Maintenance and Repair Term Contract.

Lot 2 - Electrical Reactive & Planned Servicing, Maintenance and Repair Term Contract.

Nature: The nature of the works envisaged within this contract relates to both the planned inspection, servicing, testing & certification, and to reactive and emergency repairs of mechanical & electrical installations (excluding the activities listed as Specialist Term Contracts as listed in Appendix 2 of the contract Appendices document)

Location: Any or all non-housing buildings or properties listed in Appendix 5 – Premises List of the contract Appendices document.

Contract length: 3 years plus option of three 1 year extensions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,200,000

two.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

3No. Optional 12month extensions.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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, all Electrical Subcontractors (including the Main Contractor if appropriate) proposed to be used on this Project must have Registration with either ‘NICEIC (Approved Contractor Scheme)’ or ‘SELECT (Approved Certifier of Construction Scheme)’ throughout the entire Contract period, and all Employees (including Employees of Electrical Subcontractors) must have appropriate trade certification.

For the purpose of this Contract, all Mechanical Subcontractors (including the Main Contractor if appropriate) proposed to be used on this Project must have Registration with either ‘B&ES Association (Member status)’ or ‘CIPHE (Member status)’ throughout the entire

Contract period, and all Employees of Mechanical Subcontractors must have appropriate trade certification.

For the purpose of this Contract, all Gas Sub-Contractors (including the Main Contractor if appropriate) must be on the current Capita Gas Safe Register of Gas Installers at a commercial level throughout the entire Contract period. It is also required by the authorities that any operative employed to do gas work will have to be reported to Capita, and their fees paid as stipulated.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Financial Standing

The Council shall commission an independent third party business credit report from Creditsafe Business Solutions Ltd using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Credit Score of 30 out of 100 will have their submission regarded as a “Fail” and will not be considered further. Where a Tenderer receives a Credit Score of between 30-50 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 Creditsafe is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Creditsafe 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.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-025135

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

Date

8 June 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

8 June 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 6 years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24114. 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:

The successful tenderer will therefore be required to provide a range of opportunities for the wider Community including learning and knowledge exchange in a variety of different formats to include (but not necessarily limited to):

- Work experience placements for older children of local Academies

- Employment opportunities for older children of local Academies, including internships

- Opportunities for sponsorship for individual students / groups and / or learning facilities and equipment

- Opportunities for Community Projects

- Competitions and Commissioning

- Consultation and engagement with local community

(SC Ref:731458)

six.4) Procedures for review

six.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Country

United Kingdom