Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 6

Status Active

Published 2nd Jul 2024

Tender Details
Referenceocds-h6vhtk-04792b
Common Procurement VocabularyParts and accessories for vehicles and their engines
Procurement MethodOpen procedure
Value£1,600,000
« Previous Page

No location provided

Category Goods

Type

No. of Lots 6

Status Active

Published 2nd Jul 2024

Tender Details
Referenceocds-h6vhtk-04792b
Common Procurement VocabularyParts and accessories for vehicles and their engines
Procurement MethodOpen procedure
Value£1,600,000

Section I: Contracting authority

I.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

Contact

Laura Keane

Email

laurakeane [at] north-ayrshire.gov.uk

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.north-ayrshire.gov.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NAC/5164 Framework Agreement for Provision of Ad-Hoc Vehicle Repairs, Maintenance Services & Recovery

Reference number

NAC/5164

II.1.2) Main CPV code

  • 34300000 - Parts and accessories for vehicles and their engines

II.1.3) Type of contract

Supplies

II.1.4) Short description

North Ayrshire Council (“NAC”) is seeking to appoint service, maintenance and repair providers within a Framework Agreement with the appropriate experience of vehicle repairs and maintenance services to supplement their in-house provision.

These services required will be over the following lots:

Lot 1 - Light Vehicles up to 3.5t & Minibuses up to 17 seat capacity

Lot 2 - Heavy vehicles over 3.5t

Lot 3 - Repair of grounds maintenance, plant and hand-held equipment

sub lots:

3a – Heavy Plant

3b – Light Plant

3c – Pedestrian and Handheld Plant

Lot 4 - Repair of vehicle tail lifts + hook loaders

sub lots:

4a – Vehicle Tail Lifts

4b – Hook Loaders

Lot 5 – Welding and Fabrication Services for light/heavy commercial vehicles and plant

Lot 6 – Recovery – All vehicle types

II.1.5) Estimated total value

Value excluding VAT: £1,600,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
6

II.2) Description

II.2.1) Title

Heavy vehicles over 3.5t

Lot No

2

II.2.2) Additional CPV code(s)

  • 34300000 - Parts and accessories for vehicles and their engines

II.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

II.2.4) Description of the procurement

Heavy vehicles over 3.5t

II.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 90

Quality criterion - Name: Quality / Weighting: 10

Price - Weighting: 90

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

up to 12 months

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated budget 560,000 GBP

II.2) Description

II.2.1) Title

Light Vehicles up to 3.5t & Minibuses up to 17 seat capacity

Lot No

1

II.2.2) Additional CPV code(s)

  • 34300000 - Parts and accessories for vehicles and their engines

II.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

II.2.4) Description of the procurement

Light Vehicles up to 3.5t & Minibuses up to 17 seat capacity

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Price / Weighting: 90

Price - Weighting: 90

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Up to 12 months

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated budget 600,000 GBP

II.2) Description

II.2.1) Title

Welding and Fabrication Services for light/heavy commercial vehicles and plant

Lot No

5

II.2.2) Additional CPV code(s)

  • 45262680 - Welding

II.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

II.2.4) Description of the procurement

Welding and Fabrication Services for light/heavy commercial vehicles and plant

II.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 90

Quality criterion - Name: Quality / Weighting: 10

Price - Weighting: 90

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

up to 12 months

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated budget 80,000 GBP

II.2) Description

II.2.1) Title

Recovery – All vehicle types

Lot No

6

II.2.2) Additional CPV code(s)

  • 50118100 - Breakdown and recovery services for cars

II.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

II.2.4) Description of the procurement

Recovery – All vehicle types

II.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 90

Quality criterion - Name: Quality / Weighting: 10

Price - Weighting: 90

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

up to 12 months

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated budget 40,000 GBP

II.2) Description

II.2.1) Title

Repair of grounds maintenance, plant and hand-held equipment sub lots: 3a – Heavy Plant 3b – Light Plant 3c – Pedestrian and Handheld Plant

Lot No

3

II.2.2) Additional CPV code(s)

  • 43325100 - Grounds-maintenance equipment

II.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

II.2.4) Description of the procurement

Lot 3 - Repair of grounds maintenance, plant and hand-held equipment

sub lots:

3a – Heavy Plant

3b – Light Plant

3c – Pedestrian and Handheld Plant

Please note that sub-lots will be evaluated separately, ie the total cost of the individual sub-lot will be evaluated.

II.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 90

Quality criterion - Name: Quality / Weighting: 10

Price - Weighting: 90

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

up to 12 months

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated budget

3a – Heavy Plant 160,000 GBP

3b – Light Plant 80,000 GBP

3c – Pedestrian and Handheld Plant 40,000 GBP

II.2) Description

II.2.1) Title

Repair of vehicle tail lifts + hook loaders sub lots: 4a – Vehicle Tail Lifts 4b – Hook Loaders

Lot No

4

II.2.2) Additional CPV code(s)

  • 34300000 - Parts and accessories for vehicles and their engines

II.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

II.2.4) Description of the procurement

Repair of vehicle tail lifts + hook loaders

sub lots:

4a – Vehicle Tail Lifts

4b – Hook Loaders

Please note that sub-lots will be evaluated separately, ie the total cost of the individual sub-lot will be evaluated.

II.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 90

Quality criterion - Name: Quality / Weighting: 10

Price - Weighting: 90

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

up to 12 months

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated budget

4a – Vehicle Lifts 40,000 GBP

4b – Hook Loaders 40,000 GBP


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

Bidders must confirm if they hold the particular authorisation or memberships.

III.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum yearly “general” turnover for the last 3 years in the business area covered by the contract:

Lot 1 - 60,000GBP

Lot 2 - 56,000GBP

Lot 3a - 16,000GBP

Lot 3b - 8,000GBP

Lot 3c - 4,000GBP

Lot 4a - 4,000GBP

Lot 4b - 4,000GBP

Lot 5 - 8,000GBP

Lot 6 - 4,000GBP

Bidders who cannot meet the required level of turnover will be excluded from this tender.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 5M GBP in respect of any one event

http://www.hse.gov.uk/pubns/hse40.pdf (Sole traders are exempt from this requirement)

Public Liability Insurance 5M GBP in respect of any one event

Product Liability Insurance 5M GBP in the aggregate only applicable to Lot 1 to Lot 3.

Statutory Third-Party Motor Vehicle Insurance

Maintained throughout the period of the contract in accord with the provisions of the current Road Traffic Act 1988 (as amended).

III.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to provide a minimum of 2 examples of contracts carried out in the past 3 years that demonstrates they have the relevant experience to deliver the supplies/services described in the Contract Notice. The supplies must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.

Bidders are required to confirm the supplier itself & supplier's staff have the following relevant educational and professional qualifications:

Must be qualified and competent mechanics. Must have Institute of the Motor Industry (IMI) certificate or City and Guilds qualified.

Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 30

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

2 August 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

2 August 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.3) Additional information

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 a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (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 the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

Environmental Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.

Bidders 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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 54032. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefits will be required on a mandatory / voluntary basis for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)

(SC Ref:770137)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Telephone

+44 1563550024

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/