18/0334 Maintenance and Repair of Heating Systems Ventilation Plant and Controls
A Tender Notice
by MORAY COUNCIL
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 2 year
- Value
- £0-£2M
- Sector
- INDUSTRIAL
- Published
- 06 Jul 2021
- Delivery
- 01 Oct 2021 to 30 Sep 2023
- Deadline
- 11 Aug 2021 11:00
Concepts
Location
Moray
1 buyer
- Moray Council Elgin
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
Total Quantity or Scope
The type of properties range from primary schools, secondary schools, community centres, swimming pools, offices etc. Additional information: 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 Options
2024 if extension is taken
CPV Codes
- 50720000 - Repair and maintenance services of central heating
Indicators
- This is a recurring contract.
- Renewals are available.
- Financial restrictions apply.
- Professional qualifications are sought.
- Staff qualifications are relevant.
- Technical restrictions apply.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 40186. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:658933)
Reference
- ocds-h6vhtk-02c446
- FTS 015572-2021