Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityOther activity: Prison Service
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
01609 Maintenance of Building Energy Management Systems (BEMS)
II.1.2)Main CPV code71314200
II.1.3)Type of contractServices
II.1.4)Short description:
The SPS require a supplier to maintain and repair the Building Energy Management Systems (BEMS) across the SPS Estate, (13 prisons and 3 support sites).
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS code: UKM
II.2.4)Description of the procurement:
The SPS require a supplier to maintain and repair the Building Energy Management Systems (BEMS) across the SPS Estate, (13 prisons and 3 support sites) ensuring all sites are controlled in an efficient and effective manner.
A wide range of systems and complexity exists across the estate. It is therefore important that the supplier has the appropriate resources and the technical capability to provide effective service delivery.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
An extension period of up to 3 years
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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
III.1.2)Economic and financial standing
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 09/11/2018
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tendersDate: 09/11/2018
Local time: 14:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Insurance Levels required.
Public Liability 5 000 000 GBP.
Employer Liability 5 000 000 GBP.
Number of years for turnover is 2 years.
Supplier shall be recognised as a Trend Systems House and have formal agreements in place with the manufacturer to ensure access to support and spare parts.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11846. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:560340)
VI.4)Procedures for review
VI.4.1)Review bodyScottish Prison Service
Calton House, 5 Redheughs Rigg
Edinburgh
EH12 9HW
United Kingdom
Telephone: +44 1313303776
Internet address: http://www.sps.gov.uk
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:08/10/2018