Notice Information
Notice Title
REPAIR & MAINTENANCE OF SWIMMING POOL EQUIPMENT
Notice Description
Fife Council require a competent contractor to provide a Repair and Maintenance Service for Swimming Pools managed by both Fife Council Education Service and Fife Sports & Leisure Trust. Specialist Service includes the annual maintenance of specialist treatment equipment to include the Automatic Chemical Dosing systems and associated equipment including Poly Aluminium Chloride Dosing units and associated equipment, Ultraviolet Treatment Systems and Ozone treatment systems. The successful Contractor will be required to carry out two site visits per pool per year for the servicing and inspection of the Chemical Dosing System and associated plant and one service visit for the Ultraviolet Treatment System and the Ozone Treatment System.
Lot Information
Lot 1
Extension of contract for Repair and Maintenance of Swimming Pool Equipment
Renewal: The option of an extension to the Framework period of up to 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02a829
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/062633-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
43 - Machinery for mining, quarrying, construction equipment
50 - Repair and maintenance services
-
- CPV Codes
43324100 - Equipment for swimming pools
50000000 - Repair and maintenance services
50511000 - Repair and maintenance services of pumps
50511100 - Repair and maintenance services of liquid pumps
50512000 - Repair and maintenance services of valves
50800000 - Miscellaneous repair and maintenance services
Notice Value(s)
- Tender Value
- £936,000 £500K-£1M
- Lots Value
- £936,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £1,366,730 £1M-£10M
Notice Dates
- Publication Date
- 6 Oct 20252 months ago
- Submission Deadline
- 23 May 2022Expired
- Future Notice Date
- 1 Mar 2022Expired
- Award Date
- 4 Jul 20223 years ago
- Contract Period
- 31 Jul 2022 - 31 Jul 2026 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FIFE COUNCIL
- Contact Name
- Yahia Reggab
- Contact Email
- yahia.reggab@fife.gov.uk
- Contact Phone
- +44 3451550000
Buyer Location
- Locality
- GLENROTHES
- Postcode
- KY7 6GH
- Post Town
- Kirkcaldy
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM01 Clackmannanshire and Fife
- Delivery Location
- TLM72 Clackmannanshire and Fife
-
- Local Authority
- Fife
- Electoral Ward
- Glenrothes Central and Thornton
- Westminster Constituency
- Glenrothes and Mid Fife
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02a829-2025-10-06T16:28:19+01:00",
"date": "2025-10-06T16:28:19+01:00",
"ocid": "ocds-h6vhtk-02a829",
"description": "12 month extension period taken up to 31 July 2026 under same contract terms (SC Ref:812174)",
"initiationType": "tender",
"tender": {
"id": "CFM0062",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "REPAIR & MAINTENANCE OF SWIMMING POOL EQUIPMENT",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
"mainProcurementCategory": "services",
"description": "Fife Council require a competent contractor to provide a Repair and Maintenance Service for Swimming Pools managed by both Fife Council Education Service and Fife Sports & Leisure Trust. Specialist Service includes the annual maintenance of specialist treatment equipment to include the Automatic Chemical Dosing systems and associated equipment including Poly Aluminium Chloride Dosing units and associated equipment, Ultraviolet Treatment Systems and Ozone treatment systems. The successful Contractor will be required to carry out two site visits per pool per year for the servicing and inspection of the Chemical Dosing System and associated plant and one service visit for the Ultraviolet Treatment System and the Ozone Treatment System.",
"value": {
"amount": 936000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Extension of contract for Repair and Maintenance of Swimming Pool Equipment",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Service",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 936000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080,
"startDate": "2022-08-01T00:00:00+01:00",
"endDate": "2026-07-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The option of an extension to the Framework period of up to 12 months."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50511000",
"description": "Repair and maintenance services of pumps"
},
{
"scheme": "CPV",
"id": "50511100",
"description": "Repair and maintenance services of liquid pumps"
},
{
"scheme": "CPV",
"id": "50512000",
"description": "Repair and maintenance services of valves"
},
{
"scheme": "CPV",
"id": "50800000",
"description": "Miscellaneous repair and maintenance services"
},
{
"scheme": "CPV",
"id": "43324100",
"description": "Equipment for swimming pools"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKM72"
},
{
"region": "UKM72"
},
{
"region": "UKM72"
},
{
"region": "UKM72"
}
],
"deliveryLocation": {
"description": "Fife"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2022-03-01T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/toolkit/negotiation/tnd/tenderConfiguration.do",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "4B1.1 - Tenderers will be required to have a minimum \"general\" yearly turnover of GBP GBP 468,000.00 for the last 2 years. 4B.4 - The Current Ratio will be applied. Tenderers are to provide their current assets and current liabilities in relation to their audited published accounts for the last two years and to divide the current assets by the current liabilities figure. If a company does not have 2 years of audited published accounts an explanation should be given. Tenderers are required to provide their annual turnover for their last two financial set of accounts. 4B.5.1B & 4B.5.2 The successful Tenderer will be required to provide evidence of appropriate insurance policies prior to commencement of the Framework. The values of the policies must be as follows: Employer's Liability - GBP 10 million Public Liability (including Product Liability where appropriate) - GBP 5 million Professional Negligence - GBP 250,000.00 The Contractor will be required to have the specified sum of Professional Negligence insurance in place for a period of up to 2 years after the end of the Framework period (including any extension(s)).",
"minimum": "4B1.1 - Tenderers will be required to have a minimum \"general\" yearly turnover of GBP GBP 468,000.00 for the last 2 years. Tenderers shall be advised that where they do not currently meet the above requirements they shall require to confirm why and the Council may undertake additional financial checks using a tool such as Creditsafe and a qualitative judgement shall be made as to the financial capacity of the tenderer. Fife Council may require a parent company guarantee, a performance guarantee bond, a bank guarantee, and/or an advance payment bond. 4B.4 - Tenderers are expected to achieve a ratio of 1 or more. Where a Tenderer does not meet this requirement further details should be provided to confirm why and the Council may undertake additional financial checks using a tool such as Creditsafe and a qualitative judgement shall be made as to the financial capacity of the tenderer. Fife Council may require a parent company guarantee, a performance guarantee bond, a bank guarantee, and/or an advance payment bond. 4B.5.1b - The bidder must confirm that they already have or can commit to obtaining, prior to the commencement of the contract, valid insurance which must be in place for 5 years after the elapsed date of the contract GBP 10,000,000 of Employer's (Compulsory) Liability Insurance, the Council may exclude the Bidder from the competition. 4B.5.2 - Where a Bidder does not confirm that they already have or can commit to obtaining, prior to the commencement of the contract Employer's Liability - 10 million GBP Public Liability - 5 million GBP Professional Negligence - 250,000 GBP",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Tenderers must have a minimum of 5 years in delivering the same service and have to provide relevant examples of service carried out in the past 3 or 5 years. The successful Contractor must be able to ensure that any electrical repair, installation or replacements is carried out as per: The electricity at work regulations 1998 supported by IEE wiring guidance BS7671 2008 and all amendments to date. The British Standards institution BS7375 1991 \"The use of electricity on Construction and Building Sites\" and all amendments to date. The Health and Safety Electricity at work Regulations 1989 and all amendments to date. The contractor must ensure that all staff are fully equipped and trained in accordance with the Health and Safety at Work Act 1974 and appropriate Regulations, Codes of Practice etc. At no time must the contractor or his staff put other occupants of the building or employees at risk through non-compliance with the Health and Safety at Work Act1974 or any other regulations. The contractor must ensure that safe systems of work are followed and must provide suitable permits to work, method statements and risk assessments in particular for works in confined spaces in compliance with the Confined Spaces Regulations 1997 and Confined Spaces: A brief guide to working safely. The Contractor should also pay particular attention to the following publications IND 258(Rev 1) IND 84: Letospirosis, IND 197: Working with Sewage - the health Hazard: A guide for Employees, IND 198: Working with Sewage - the health Hazard: A guide for Employers The Contractor must also ensure that all operatives (this includes any subsequent new starts you or your subcontractors may employ) attending any site in relation to the works shall have obtained \"Asbestos Awareness Training\" as described in the HSE's L143 Approved Code of Practice associated with Regulation10 of the Control of Asbestos Regulations 2012\". The Contractor shall comply with Fife Council's \"General Health and Safety Rules for Contractors\" as detailed within Appendix 1 of the Fife Council Occupational Health and Safety Procedure OHS - C - 41. Fife Council Health & Safety Rules of Contractors reference OHS-C-41.G1",
"minimum": "Tenderers must have a minimum of 5 years in delivering the same service. The successful Contractor must be able to ensure that any electrical repair, installation or replacements is carried out as per: The electricity at work regulations 1998 supported by IEE wiring guidance BS7671 2008 and all amendments to date. The British Standards institution BS7375 1991 \"The use of electricity on Construction and Building Sites\" and all amendments to date. The Health and Safety Electricity at work Regulations 1989 and all amendments to date. The contractor must ensure that all staff are fully equipped and trained in accordance with the Health and Safety at Work Act 1974 and appropriate Regulations, Codes of Practice etc. At no time must the contractor or his staff put other occupants of the building or employees at risk through non-compliance with the Health and Safety at Work Act1974 or any other regulations. The contractor must ensure that safe systems of work are followed and must provide suitable permits to work, method statements and risk assessments in particular for works in confined spaces in compliance with the Confined Spaces Regulations 1997 and Confined Spaces: A brief guide to working safely. The Contractor should also pay particular attention to the following publications IND 258(Rev 1) IND 84: Letospirosis, IND 197: Working with Sewage - the health Hazard: A guide for Employees, IND 198: Working with Sewage - the health Hazard: A guide for Employers The Contractor must also ensure that all operatives (this includes any subsequent new starts you or your subcontractors may employ) attending any site in relation to the works shall have obtained \"Asbestos Awareness Training\" as described in the HSE's L143 Approved Code of Practice associated with Regulation10 of the Control of Asbestos Regulations 2012\". The Contractor shall comply with Fife Council's \"General Health and Safety Rules for Contractors\" as detailed within Appendix 1 of the Fife Council Occupational Health and Safety Procedure OHS - C - 41. Fife Council Health & Safety Rules of Contractors reference OHS-C-41.G1",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "The successful Contractor shall be required to attend quarterly meetings to discuss performance to date and future requirements of the Contract. If there are any issues with the Contract the Council may opt to amend the frequency of the meetings.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "12 month Extension period taken up"
},
"hasElectronicAuction": true
},
"tenderPeriod": {
"endDate": "2022-05-23T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2022-05-23T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-05-23T12:00:00+01:00",
"address": {
"streetAddress": "Fife"
},
"description": "Yahia Reggab Tracey Clark"
},
"hasRecurrence": false,
"reviewDetails": "Precise information on deadline(s) for review procedures: Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session"
},
"parties": [
{
"id": "GB-FTS-3048",
"name": "Fife Council",
"identifier": {
"legalName": "Fife Council"
},
"address": {
"streetAddress": "Bankhead Central, Bankhead Park",
"locality": "Glenrothes",
"region": "UKM72",
"postalCode": "KY7 6GH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Yahia Reggab",
"telephone": "+44 3451550000",
"email": "yahia.reggab@fife.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/toolkit/negotiation/tnd/tenderConfiguration.do"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.fife.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-8862",
"name": "Kirkcaldy Sheriff Court and Justice of Peace Court",
"identifier": {
"legalName": "Kirkcaldy Sheriff Court and Justice of Peace Court"
},
"address": {
"streetAddress": "Courthouse/Whytescauseway",
"locality": "Kirkcaldy",
"postalCode": "KY1 1XQ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-58677",
"name": "CMM Pools Ltd",
"identifier": {
"legalName": "CMM Pools Ltd"
},
"address": {
"streetAddress": "Unit 7e, Bandeath Ind Estate, Throsk",
"locality": "Stirling",
"region": "UKM77",
"postalCode": "FK7 7NP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
},
"additionalContactPoints": [
{
"telephone": "+44 01786813618"
}
]
}
],
"buyer": {
"id": "GB-FTS-3048",
"name": "Fife Council"
},
"language": "en",
"awards": [
{
"id": "019085-2022-CFM0062-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-58677",
"name": "CMM Pools Ltd"
}
]
},
{
"id": "062633-2025-CFM0062-1",
"relatedLots": [
"1"
],
"title": "REPAIR & MAINTENANCE OF SWIMMING POOL EQUIPMENT",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-58677",
"name": "CMM Pools Ltd"
}
]
}
],
"contracts": [
{
"id": "019085-2022-CFM0062-1",
"awardID": "019085-2022-CFM0062-1",
"status": "active",
"value": {
"amount": 936000,
"currency": "GBP"
},
"dateSigned": "2022-07-05T00:00:00+01:00"
},
{
"id": "062633-2025-CFM0062-1",
"awardID": "062633-2025-CFM0062-1",
"title": "REPAIR & MAINTENANCE OF SWIMMING POOL EQUIPMENT",
"status": "active",
"value": {
"amount": 430730,
"currency": "GBP"
},
"dateSigned": "2022-07-05T00:00:00+01:00",
"period": {
"startDate": "2022-08-01T00:00:00+01:00",
"endDate": "2026-07-31T23:59:59+01:00"
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "43324100",
"description": "Equipment for swimming pools"
},
"deliveryAddresses": [
{
"region": "UKM72"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "Extension implemented to 31 July 2026",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: Extension was taken up in line with the contract terms as it was determined to be best value for the council"
}
]
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 4
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000700157"
}
]
}