萝莉原创

萝莉原创 Tenders

14 December 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 11th Dec 2025

Tender Details
Referenceocds-h6vhtk-05f376
Common Procurement VocabularyRepair and maintenance services of medical equipment
Procurement MethodOpen procedure
Value£200,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 11th Dec 2025

Tender Details
Referenceocds-h6vhtk-05f376
Common Procurement VocabularyRepair and maintenance services of medical equipment
Procurement MethodOpen procedure
Value£200,000

Section I: Contracting authority

I.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

Email

murraythompson [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

Servicing and Repair of ASN Equipment, North Ayrshire

Reference number

NAC/5222

II.1.2) Main CPV code

  • 50421000 - Repair and maintenance services of medical equipment

II.1.3) Type of contract

Services

II.1.4) Short description

North Ayrshire Council (鈥淣AC鈥) invites tenders for the servicing and repairs of ASN equipment in non-housing properties within the NAC area, including the Islands of Arran and Cumbrae. This includes but is not limited to mobile/tracking hoists, medical beds and changing tables.

The anticipated contract start date is 1st April 2026 until 31st March 2029, with the option to extend by up to 24 months. Extensions will be at the sole discretion of NAC and subject to satisfactory performance and funding.

II.1.5) Estimated total value

Value excluding VAT: 拢200,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 33192600 - Lifting equipment for health care sector
  • 33196100 - Devices for the elderly
  • 33196200 - Devices for the disabled
  • 39541220 - Slings
  • 42416300 - Hoists
  • 42410000 - Lifting and handling equipment
  • 33100000 - Medical equipments
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

II.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

II.2.4) Description of the procurement

This procurement will follow the GPA open tender process.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: 拢200,000

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 24 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


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.

Where it is required, within a bidder鈥檚 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.

III.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum 鈥済eneral鈥 yearly turnover of 80,000 GBP for the last three years.

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.

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

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

Employer鈥檚 (Compulsory) Liability Insurance = 10 million GBP in respect of any one event

Public Liability Insurance = 10 million GBP in respect of any one event

Product Liability Insurance = 5 million GBP in the aggregate

North Ayrshire Council reserve the right to review the bidder's financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder鈥檚 financial health score (H-Score) is 25 or less further information/clarifications will be requested to ensure the equivalent economic and financial standing is adhered too. If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must provide two examples that demonstrates they have the relevant experience to deliver the contract. Examples must be of a similar scope, size, and value and be from within the last three years. Unsatisfactory experience will result in a fail and exclusion from the tender process. If you submit more than two examples, NAC will only evaluate the first two examples provided.

Bidders must also provide two satisfactory references for the same two contracts. References must be fully completed and signed by previous customers and must be of a similar scope, size, and value and be from within the last three years. If any of the referees score less than two, the bidder will be excluded from the tender process. If you submit more than two references, NAC will only evaluate the first two references provided.

Bidders must complete a separate experience / reference template for each experience example. Bidders must complete Section 1 Experience and then forward to the relevant customer/client to complete Section 2 Reference Proforma. The customer/client must return the completed template to the bidder and the bidder in turn will upload the fully completed template.

The completed templates for both examples must be zipped and uploaded at question 4C.1.2 of the qualification envelope on PCS-T.

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 on PCS-T.

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

27 January 2026

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

27 January 2026

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This is a recurring contract.

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

Quality Management Procedures

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.

Health and Safety Procedures

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

A documented policy regarding health and safety.

Environmental Management Procedures

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

A documented policy regarding environmental management.

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 30796. For more information see:

Community benefits are included in this requirement. For more information see:

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

Community benefits will be required on a voluntary basis for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List ( application-form/)

(SC Ref:818202)

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