Section one: Contracting authority
one.1) Name and addresses
South Lanarkshire College
College Way, Scottish Enterprise Technology Park,, East Kilbride
Glasgow
G75 0NE
Contact
Chris Harper
Telephone
+44 1355807780
Fax
+44 1355807781
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
http://www.south-lanarkshire-college.ac.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00469
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Planned and Reactive Maintenance for HVAC (Heating, Ventilation, and Air Conditioning) and Associated Services
Reference number
202315
two.1.2) Main CPV code
- 50720000 - Repair and maintenance services of central heating
two.1.3) Type of contract
Services
two.1.4) Short description
The Contractor will be required to provide services for the provision of planned preventative maintenance, reactive maintenance and repairs, improvement, and minor alterations such as pipe re-routing etc. to all mechanical assets.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £240,000
two.2) Description
two.2.2) Additional CPV code(s)
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
South Lanarkshire College
College Way
Scottish Enterprise Technology Park
EAST KILBRIDE
G75 0NE
two.2.4) Description of the procurement
The Contractor will be required to provide services for the provision of planned preventative maintenance, reactive maintenance and repairs, improvement, and minor alterations such as pipe re-routing etc. to all mechanical assets stated in asset list. This includes the responsibility for maintaining a compliant operating environment in relation to the specific assets as described in this specification and as per the terms of the Contract.
The Contractor will meet the compliance with asset warranties and within current Legislation, Regulations and Approved Codes of Practice. The required services will include but will not be limited to:
- Planned, preventative maintenance of all assets.
- Reactive maintenance including repair, replacement of plant and equipment (excluding capital costs thereof and those works that would be deemed as Capex projects).
- Project Work.
- Technical Support.
- Asset Management including full, auditable records management (including all necessary documentation to deliver and demonstrate compliance) for all services provided.
- F-Gas Compliance.
- Reporting.
- Mobile Support.
- Energy management including consumption reports as per service schedules
- Innovation.
- Alterations and improvements to building services as identified/directed.
- Sub-contractor performance measurement (where applicable).
- Value Add Services for better energy management.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery – Implementation and Management Approach / Weighting: 10
Quality criterion - Name: Service Delivery – Methodology / Weighting: 10
Quality criterion - Name: Service Delivery – Quality Assurance and Continuous Improvement / Weighting: 5
Quality criterion - Name: Key Personnel / Weighting: 15
Quality criterion - Name: Responsible Procurement – Health & Safety / Weighting: 10
Quality criterion - Name: Responsible Procurement – Community Benefits / Weighting: 2
Quality criterion - Name: Responsible Procurement – Fair Work Practices / Weighting: 2
Quality criterion - Name: Climate Change / Weighting: 2
Quality criterion - Name: Cyber Security Risks / Weighting: 2
Quality criterion - Name: Phase Out & Exit Strategy / Weighting: 2
Price - Weighting: 40
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 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: 2023/S 000-026365
Section five. Award of contract
Contract No
2023/15
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 April 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Dalkia Operations Ltd
2nd Floor, One Rutherglen Links, Rutherglen Links Business Park, Farmeloan Road
Glasgow
G73 1EE
Telephone
+44 01416137400
Country
United Kingdom
NUTS code
- UKM95 - South Lanarkshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £240,000
Section six. Complementary information
six.3) Additional information
Tenderers must submit the following forms with their tender submission:
Appendices A - Form of Tender
Appendices B - Freedom of Information
Appendices C - Authority's Terms and Conditions
Appendices D - Sustain Supply Chain Code of Conduct
Appendices E - Pricing Schedule(s)
Appendices F - Declaration of Non-Involvement in Serious Organised Crime
Appendices G - Declaration of Non-Involvement in Human Trafficking & Labour Exploitation
Appendices H - SCM RP: Section 1
Appendices I - Mechanical Asset Register
A site visit will take place week commencing 18.09.2023, visits should be arranged via PCS-T portal.
APUC Ltd is facilitating the tender process on behalf of the College.
(SC Ref:767033)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
4 Beckford Street
Hamilton
ML3 0BT
Telephone
+44 1698282957
Country
United Kingdom
Internet address
https://www.scotcourts.gov.uk/the-courts/court-locations/hamilton-sheriff-court