Contract

Planned and Reactive Maintenance for HVAC (Heating, Ventilation, and Air Conditioning) and Associated Services

  • South Lanarkshire College

F03: Contract award notice

Notice identifier: 2024/S 000-015802

Procurement identifier (OCID): ocds-h6vhtk-03fa88

Published 20 May 2024, 10:15am



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

Email

procurement@slc.ac.uk

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