Award

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

SOUTH LANARKSHIRE COLLEGE

This public procurement record has 2 releases in its history.

Award

20 May 2024 at 09:15

Tender

06 Sep 2023 at 14:33

Summary of the contracting process

The South Lanarkshire College has issued a tender for "Planned and Reactive Maintenance for HVAC and Associated Services." The procurement stage is active, and the deadline for tender submissions is October 12, 2023. The contract covers repair and maintenance services, with a focus on central heating assets. The location for service delivery is South Lanarkshire College in Glasgow, UK. The tender is open for participation and can create opportunities for businesses providing maintenance and repair services in the central heating industry.

This tender by South Lanarkshire College presents an opportunity for businesses offering planned and reactive maintenance services for HVAC systems. Companies specializing in repair and maintenance of mechanical building installations are suited to compete. The procurement process involves evaluating key criteria such as service delivery, quality assurance, responsible procurement, and pricing. Businesses with a track record in delivering high-quality maintenance services and a focus on health and safety practices are encouraged to participate in the tender process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice 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.

Lot Information

Lot 1

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.

Renewal: Optional 2x12 month extension

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03fa88
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015802-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50712000 - Repair and maintenance services of mechanical building installations

50720000 - Repair and maintenance services of central heating

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£240,000 £100K-£500K

Notice Dates

Publication Date
20 May 20241 years ago
Submission Deadline
12 Oct 2023Expired
Future Notice Date
Not specified
Award Date
18 Apr 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COLLEGE
Contact Name
Chris Harper
Contact Email
procurement@slc.ac.uk
Contact Phone
+44 1355807780

Buyer Location

Locality
GLASGOW
Postcode
G75 0NE
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM95 South Lanarkshire

Local Authority
South Lanarkshire
Electoral Ward
East Kilbride Central South
Westminster Constituency
East Kilbride and Strathaven

Supplier Information

Number of Suppliers
1
Supplier Name

DALKIA OPERATIONS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-03fa88-2024-05-20T10:15:41+01:00",
    "date": "2024-05-20T10:15:41+01:00",
    "ocid": "ocds-h6vhtk-03fa88",
    "description": "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)",
    "initiationType": "tender",
    "tender": {
        "id": "202315",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Planned and Reactive Maintenance for HVAC (Heating, Ventilation, and Air Conditioning) and Associated Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50720000",
            "description": "Repair and maintenance services of central heating"
        },
        "mainProcurementCategory": "services",
        "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.",
        "lots": [
            {
                "id": "1",
                "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 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery - Implementation and Management Approach",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Service Delivery - Methodology",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Service Delivery - Quality Assurance and Continuous Improvement",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Key Personnel",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Responsible Procurement - Health & Safety",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Responsible Procurement - Community Benefits",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Responsible Procurement - Fair Work Practices",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Climate Change",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Cyber Security Risks",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Phase Out & Exit Strategy",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Optional 2x12 month extension"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50712000",
                        "description": "Repair and maintenance services of mechanical building installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "deliveryLocation": {
                    "description": "South Lanarkshire College College Way Scottish Enterprise Technology Park EAST KILBRIDE G75 0NE"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The Contractor must be accredited/ registered to, and all work carried out in compliance with the following: - SNIPEF - Scotland and Northern Ireland Plumbing Employers' Federation (or equivalent). - Gas Safe Register - SELECT Membership or NICEIC National Inspection Council for Electrical Installation Contracting (or equivalent).",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Please complete \"Insurance Requirements\" in the Qualification Questionnaire in PCS-Tender. It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Agreement as indicated below and in PCS-T. Question 4B.5.1b Employers Liability - GBP 5,000,000 Question 4B.5.2 Public and Product Liability - GBP 10,000,000 A copy of the Insurance Certificate or Brokers Letter must be provided prior to award to demonstrate that the Insurance requirements can be met. Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award. 6. Economic and Financial Standing - Financial Accounts 6.1. Please complete \"Economic and Financial Standing\" in the Qualification Questionnaire in PCS-Tender. Question 4B.6. Please complete the questions on financial accounts and supporting information on the SPD. The Successful Tenderer will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. Alternatively, if you are unable to provide the required accounting information - e.g. a new business without the required accounts, please provide a banker's letter demonstrating their willingness to support your organisation over the term of the Contract.",
                    "minimum": "All Insurance requirements are minimum standards and are mandatory. A fail will result in elimination of the procurement exercise. Pass = The Tenderer has the relevant Insurance in place with evidence of an Insurance Certificate or the Tenderer has committed to obtaining the required insurance with evidence of a brokers letter. Fail = The Tenderer does not have the relevant insurance requirements in place and cannot commit to obtaining the relevant insurance OR the Tenderer has stated they have the relevant insurance in place or can obtain it but is unable to provide evidence to demonstrate this. Question 4B.6. This information will be used to assess the Tenderer's economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise. Pass = The Tenderer has provided all financial accounts or banker's letter and supporting information requirements outlined in PCS-Tender and has demonstrated satisfactory economic and financial standing. Fail = The Tenderer has not provided the required financial accounts and supporting information or has provided the information but has not demonstrated satisfactory economic and financial standing.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Technical or Professional Ability - Previous Relevant Experience Please complete \"Technical or Professional Ability\" question in the Qualification Questionnaire in PCS-Tender. Question 4C.1.2 Bidders are required to provide 2 examples in the last 3 years to demonstrate that they have relevant experience to deliver the services as described. Technical or Professional Ability - Prompt Payment in the Supply Chain Question 4C.4 Please provide a statement of the relevant supply chain management and/or tracking systems use as requested below: Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of: a) their standard payment terms b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance. Technical or Professional Ability - Use of Sub-Contractors Please complete \"Technical or Professional Ability\" question in the Qualification Questionnaire in PCS-Tender. This question is for information only however it is mandatory that you provide a response. Question 4C.10 Please provide details of the proportion (i.e., percentage) of the contract that you intend to sub-contract. Tenderers are required to confirm whether they intend to sub-contract or not and, if so, for what proportion of the contract.",
                    "minimum": "Question 4C.1.2 Technical or Professional Ability - Previous Relevant Experience Pass = The Tenderer provided 2 examples of relevant experience in the last three years. Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years, or the Tenderer has responded to the request, but the examples provided are not relevant. Question 4C.4 Technical or Professional Ability - Prompt Payment in the Supply Chain Pass = Tenderer has confirmed that they have access to the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain and will be in a position to provide evidence when requested of a) their standard payment terms and b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If unable to confirm, an improvement plan signed by their director which improves payment performance is provided. Fail = Tenderer has been unable to confirm a) above and has not provided b) above, when requested. Question 4C.10 Technical or Professional Ability - Use of Sub-Contractors Pass = Tenderer has confirmed whether it intends to subcontract or not and if so, details of proportion of contract sub-contracted are provided. Fail = Tenderer has failed to answer the question.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "South Lanarkshire College Terms and Conditions will apply."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-10-12T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2023-10-13T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-10-13T12:00:00+01:00",
            "address": {
                "streetAddress": "South Lanarkshire College College Way Scottish Enterprise Technology Park EAST KILBRIDE G75 0NE"
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-31054",
            "name": "South Lanarkshire College",
            "identifier": {
                "legalName": "South Lanarkshire College"
            },
            "address": {
                "streetAddress": "College Way, Scottish Enterprise Technology Park,, East Kilbride",
                "locality": "Glasgow",
                "region": "UKM95",
                "postalCode": "G75 0NE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Chris Harper",
                "telephone": "+44 1355807780",
                "email": "procurement@slc.ac.uk",
                "faxNumber": "+44 1355807781",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.south-lanarkshire-college.ac.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00469",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-32532",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1698282957"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/hamilton-sheriff-court"
            }
        },
        {
            "id": "GB-FTS-114026",
            "name": "Dalkia Operations Ltd",
            "identifier": {
                "legalName": "Dalkia Operations Ltd"
            },
            "address": {
                "streetAddress": "2nd Floor, One Rutherglen Links, Rutherglen Links Business Park, Farmeloan Road",
                "locality": "Glasgow",
                "region": "UKM95",
                "postalCode": "G73 1EE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 01416137400"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-31054",
        "name": "South Lanarkshire College"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000739403"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "015802-2024-2023/15-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-114026",
                    "name": "Dalkia Operations Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "015802-2024-2023/15-1",
            "awardID": "015802-2024-2023/15-1",
            "status": "active",
            "value": {
                "amount": 240000,
                "currency": "GBP"
            },
            "dateSigned": "2024-04-19T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 7
            }
        ]
    }
}