Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1NZ
UK
Contact person: Wendy Hall
Telephone: +44 1382433745
E-mail: wendy.hall@dundeecity.gov.uk
NUTS: UKM71
Internet address(es)
Main address: www.dundeecity.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.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
Service and Maintenance of Air Compressors
Reference number: DCC/CD/88/24
II.1.2) Main CPV code
50700000
II.1.3) Type of contract
Services
II.1.4) Short description
This procurement process is for the Contract for the Service and Maintenance of Air Compressors. This is a 3-year contract with the option to extend for 2 years then a further 2 years totalling 7 years if extension option is utilised. This will be from 2024 – 2027 for 3-year initial contract ending in 2031 if extension options are utilised.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50712000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Dundee City
II.2.4) Description of the procurement
The works shall comprise the Inspection, Testing, Certification, written reporting and subsequent servicing and maintenance of the Air Compressors and all associated pipework and controls within various Dundee City Council properties, along with minor and urgent repair works which may have not been foreseen (e.g.: arising from deterioration or damage).
II.2.5) Award criteria
Criteria below:
Quality criterion: Resourcing of Requirement – Contract Resourcing
/ Weighting: 15
Quality criterion: Resourcing of Requirement – Development
/ Weighting: 5
Quality criterion: Resourcing of Requirements – Timescales
/ Weighting: 8
Quality criterion: Resourcing of Requirements – Disruption
/ Weighting: 5
Quality criterion: Resourcing of Requirements – Emergency Call Out
/ Weighting: 10
Quality criterion: Resourcing of Requirements – Programme of Works
/ Weighting: 5
Quality criterion: Continuous Improvement
/ Weighting: 9
Quality criterion: Community Benefits
/ Weighting: 1.5
Quality criterion: Fair Work Practices
/ Weighting: 1.5
Quality criterion: Compliance with Specification of Requirements
/ Weighting: PASS/FAIL
Quality criterion: CDM Construction, Design and Management Regulations 2015
/ Weighting: PASS/FAIL
Quality criterion: Duty of Care, Health and Safety & Risk Management
/ Weighting: PASS/FAIL
Quality criterion: Site Specific Risk Assessment and Method Statement
/ Weighting: PASS/FAIL
Quality criterion: Health and Safety
/ Weighting: PASS/FAIL
Quality criterion: Resourcing
/ Weighting: PASS/FAIL
Quality criterion: Environment
/ Weighting: PASS/FAIL
Quality criterion: Fair Tax Declaration
/ Weighting: PASS/FAIL
Price
/ Weighting:
40
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:
2 X 2 YEAR EXTENSION OPTIONS
II.2.9) Information about the limits on the number of candidates to be invited
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
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:
All electrical work shall be carried out by a Contractor within an approved body such as National Inspection Council for Electrical Installation Contracting (NICEIC) and/or the Trade Association or equivalent – a copy of Company accreditation should be supplied with the returned Tender.
All gas work shall be carried out by a Gas Safe Registered Contractor - a copy of Company accreditation should be supplied with the returned Tender.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
31/07/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
29/11/2024
IV.2.7) Conditions for opening of tenders
Date:
31/07/2024
Local time: 12:00
Place:
Dundee City
Information about authorised persons and opening procedure:
Procurement Category Officer
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
If extensions used this will be advertised in 7 years.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=770763.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Bidding Organisation to deliver 2 Community Benefit activities for the duration of this contract. Bidder to provide details of proposed activities to be undertaken.
(SC Ref:770763)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=770763
VI.4) Procedures for review
VI.4.1) Review body
Dundee Sheriff Court & Justice of the Peace Court
6 West Bell Street
Dundee
DD19AD
UK
Telephone: +44 1382229961
E-mail: dundee@scotcourts.gov.uk
VI.4.2) Body responsible for mediation procedures
Scottish Courts Service
Saughton House, Broomhouse Drive
Edinburgh
EH113XP
UK
Telephone: +44 1314443300
E-mail: enquiries@scotscourts.gov.uk
VI.5) Date of dispatch of this notice
27/06/2024