Notice Information
Notice Title
18/0334 Maintenance and Repair of Heating Systems Ventilation Plant and Controls
Notice Description
The Contract is comprised of Planned Maintenance and Emergency Call-out Attendance across the Moray area and covers around 90 properties. The type of properties range from primary schools, secondary schools, community centres, swimming pools, offices etc
Lot Information
Lot 1
The Contract is comprised of Planned Maintenance and Emergency Call-out Attendance across the Moray area and covers around 90 properties. The type of properties range from primary schools, secondary schools, community centres, swimming pools, offices etc. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: 2024 if extension is taken
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000658933
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT430216
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50720000 - Repair and maintenance services of central heating
Notice Value(s)
- Tender Value
- £2,100,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £675,505 £500K-£1M
Notice Dates
- Publication Date
- 11 Oct 20214 years ago
- Submission Deadline
- 11 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 6 Oct 20214 years ago
- Contract Period
- 1 Oct 2021 - 30 Sep 2023 1-2 years
- Recurrence
- 2024
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MORAY COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@moray.gov.uk
- Contact Phone
- +44 1343563137
Buyer Location
- Locality
- ELGIN
- Postcode
- IV30 1BX
- Post Town
- Inverness
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM62 Inverness and Nairn, Moray, and Badenoch and Strathspey
-
- Local Authority
- Moray
- Electoral Ward
- Elgin City North
- Westminster Constituency
- Moray West, Nairn and Strathspey
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL420415
18/0334 Maintenance and Repair of Heating Systems Ventilation Plant and Controls - The Contract is comprised of Planned Maintenance and Emergency Call-out Attendance across the Moray area and covers around 90 properties. The type of properties range from primary schools, secondary schools, community centres, swimming pools, offices etc -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT430216
18/0334 Maintenance and Repair of Heating Systems Ventilation Plant and Controls - The Contract is comprised of Planned Maintenance and Emergency Call-out Attendance across the Moray area and covers around 90 properties. The type of properties range from primary schools, secondary schools, community centres, swimming pools, offices etc
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-r6ebe6-0000658933-2021-10-11T00:00:00Z",
"date": "2021-10-11T00:00:00Z",
"ocid": "ocds-r6ebe6-0000658933",
"initiationType": "tender",
"parties": [
{
"id": "org-105",
"name": "Moray Council",
"identifier": {
"legalName": "Moray Council"
},
"address": {
"streetAddress": "High Street",
"locality": "Elgin",
"region": "UKM62",
"postalCode": "IV30 1BX"
},
"contactPoint": {
"email": "procurement@moray.gov.uk",
"telephone": "+44 1343563137",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.moray.gov.uk"
}
},
{
"id": "org-106",
"name": "Elgin Sheriff Court",
"identifier": {
"legalName": "Elgin Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Courthouse, High Street",
"locality": "Elgin",
"postalCode": "IV30 1BU"
},
"contactPoint": {
"email": "elgin@scotcourts.gov.uk",
"telephone": "+44 343542505",
"url": "http://www.moray.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-5",
"name": "Moray Council",
"identifier": {
"legalName": "Moray Council"
},
"address": {
"streetAddress": "High Street",
"locality": "Elgin",
"region": "UKM62",
"postalCode": "IV30 1BX"
},
"contactPoint": {
"email": "procurement@moray.gov.uk",
"telephone": "+44 1343563137",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.moray.gov.uk"
}
},
{
"id": "org-234",
"name": "Moray Council",
"identifier": {
"legalName": "Moray Council"
},
"address": {
"streetAddress": "High Street",
"locality": "Elgin",
"region": "UKM62",
"postalCode": "IV30 1BX"
},
"contactPoint": {
"email": "procurement@moray.gov.uk",
"telephone": "+44 1343563137",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.moray.gov.uk"
}
},
{
"id": "org-235",
"name": "Richard Irvin FM Limited",
"identifier": {
"legalName": "Richard Irvin FM Limited"
},
"address": {
"streetAddress": "Unit A1 City South Office Park , Portlethen",
"locality": "Aberdeen",
"region": "UK",
"postalCode": "AB12 4XX"
},
"contactPoint": {
"telephone": "+44 1224367000"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-236",
"name": "Elgin Sheriff Court",
"identifier": {
"legalName": "Elgin Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Courthouse, High Street",
"locality": "Elgin",
"postalCode": "IV30 1BU"
},
"contactPoint": {
"email": "elgin@scotcourts.gov.uk",
"telephone": "+44 343542505",
"url": "http://www.moray.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Moray Council",
"id": "org-234"
},
"tender": {
"id": "18/0334",
"title": "18/0334 Maintenance and Repair of Heating Systems Ventilation Plant and Controls",
"description": "The Contract is comprised of Planned Maintenance and Emergency Call-out Attendance across the Moray area and covers around 90 properties. The type of properties range from primary schools, secondary schools, community centres, swimming pools, offices etc",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50720000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Moray"
},
"deliveryAddresses": [
{
"region": "UKM62"
},
{
"region": "UKM62"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 2100000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-08-11T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-08-11T12:00:00Z"
},
"documents": [
{
"id": "JUL420415",
"documentType": "contractNotice",
"title": "18/0334 Maintenance and Repair of Heating Systems Ventilation Plant and Controls",
"description": "The Contract is comprised of Planned Maintenance and Emergency Call-out Attendance across the Moray area and covers around 90 properties. The type of properties range from primary schools, secondary schools, community centres, swimming pools, offices etc",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL420415",
"format": "text/html"
},
{
"id": "OCT430216",
"documentType": "awardNotice",
"title": "18/0334 Maintenance and Repair of Heating Systems Ventilation Plant and Controls",
"description": "The Contract is comprised of Planned Maintenance and Emergency Call-out Attendance across the Moray area and covers around 90 properties. The type of properties range from primary schools, secondary schools, community centres, swimming pools, offices etc",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT430216",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Contract is comprised of Planned Maintenance and Emergency Call-out Attendance across the Moray area and covers around 90 properties. The type of properties range from primary schools, secondary schools, community centres, swimming pools, offices etc. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2021-10-01T00:00:00Z",
"endDate": "2023-09-30T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "2024 if extension is taken"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "cost",
"name": "Cost",
"description": "40"
}
]
}
}
],
"bidOpening": {
"date": "2021-08-11T12:00:00Z",
"address": {
"streetAddress": "Moray"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Health and Safety Procedures 3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR, 4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "4A.2 Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships. All Contractors must be members of NICEIC and or SELECT, Gas Safe Register and OFTEC."
},
{
"type": "economic",
"description": "4B1.1 Minimum yearly turnover 4B.5.1b - Employer's (Compulsory) Liability Insurance: 4B.5.2 - All other types of insurance listed in the contract notice 4B.6 - Concerning any other economic or financial requirements, that may have been specified in the relevant Contract Notice",
"minimum": "Bidders will be required to have a minimum \"general\" yearly turnover of GBP 200,000 for the last 2 years Employer's (Compulsory) Liability Insurance: GBP 10M Public Liability: GBP 10M The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator. Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing. The bidder is required to provide a copy of the last 2 audited financial statements as evidence of their compliance to meet their statutory obligations."
},
{
"type": "technical",
"description": "4C.1.2 - Please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice 4C.6 - a) Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: 4C.8.1 Bidders will be required to confirm their average annual manpower for the last three years. 4C.8.2 Bidders will be required to confirm their and the number of managerial staff 4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Contract Notice or the relevant section of the Site Notice.",
"minimum": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice. Minimum number of relevant examples:3 Requirement: Evidence of working on similar contacts 4C.6 - The minimum qualifications shall be COCN1, TPCP1A, CCN1, ICPN1, CIGA1, CORT1, CDGA1, HTR1, CKR1, CENWAT, CPA1 and CCLP1. All oil service engineers must be \"a member of a class or persons approved for the time being by the Health and Safety Executive\" (ie. OFTEC). They should have the minimum of the following qualifications: - OFTEC 101 Oil Pressure Jet Commissioning Technician OFTEC 102 Oil Vaporising Commissioning Technician OFTEC 105E Appliance Installation Technician OFTEC 600A Advanced Oil Storage Tank Installation All service engineers are to have SJIB registration certificates. Electricians are to hold a minimum of an Approved City & Guilds Certificate (or equivalent) and BS7671: 2011 (inc amendments). Only qualified electricians will be allowed to carry out electrical repairs involving any wiring modifications and associated issuing of minor works certificates. 4C.8.1 Minimum 8 Operatives 4C.8.2 Managers for Contract, accounts and Contract Supervisor 4C.9 List of requirement on advert"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "50720000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "2024"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-7",
"description": "To provide bidders with an extended period for response",
"unstructuredChanges": [
{
"oldValue": {
"date": "2021-08-11T12:00:00Z"
},
"newValue": {
"date": "2021-08-16T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
]
}
]
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2021/S 000-015572"
}
],
"description": "1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. The bidder must have the following: a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control). b. Documented arrangements for ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence the bidder's organisation's environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these arrangements are communicated to the workforce, in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints. Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. The Moray Council are an associate partner in the Supplier Development Programme http://www.sdpscotland.co.uk/home.aspx which provides a range of specialist business support activities including the provision of advice, information and training support including webinars with the aim of assisting businesses to become more capable of accessing and competing for public sector contracts. (SC Ref:669140)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000658933"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000658933"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000658933"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "18/0334",
"suppliers": [
{
"id": "org-235",
"name": "Richard Irvin FM Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "18/0334",
"awardID": "18/0334",
"status": "active",
"value": {
"amount": 675505.7,
"currency": "GBP"
},
"dateSigned": "2021-10-06T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "655",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "656",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "657",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "658",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "659",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}