loading
  • GB-PA1 1JB Paisley
  • 18.12.2018
  • Ausschreibung
  • (ID 2-321000)

BMS and Bureau Service


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 18.12.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Energieplanung/ -beratung / Projektsteuerung
    Sprache Englisch
    Aufgabe
    Renfrewshire Council wish to appoint a Contractor to complete the integration of their existing and future BMS onto a common platform, as well as supply and install further BMS and also provide a 24/7 Bureau Service.
    Leistungsumfang
    Renfrewshire Council wish to appoint a Contractor to complete the integration of their existing and future BMS onto a common platform, as well as supply and install further BMS and also provide a 24/7 BMS Bureau Service.
    Adresse des Bauherren UK-PA1 1JB Paisley
    TED Dokumenten-Nr. 505977-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Paisley: Energy and related services

      2018/S 221-505977

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Renfrewshire Council
      Renfrewshire House, Cotton Street
      Paisley
      PA1 1JB
      United Kingdom
      Telephone: +44 1416186400
      E-mail: MjE1WGNSVl5WH1RdUmNcMWNWX1djVmhkWVpjVh9YYGcfZlw=
      Fax: +44 1416187050
      NUTS code: UKM83

      Internet address(es):

      Main address: http://www.renfrewshire.gov.uk

      Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

      I.2)Information about 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.publictendersscotland.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned 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:

      BMS and Bureau Service

      Reference number: RC-CPU-18-296
      II.1.2)Main CPV code
      71314000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      Renfrewshire Council wish to appoint a Contractor to complete the integration of their existing and future BMS onto a common platform, as well as supply and install further BMS and also provide a 24/7 Bureau Service.

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71314000
      71314200
      II.2.3)Place of performance
      NUTS code: UKM83
      Main site or place of performance:

      Renfrewshire

      II.2.4)Description of the procurement:

      Renfrewshire Council wish to appoint a Contractor to complete the integration of their existing and future BMS onto a common platform, as well as supply and install further BMS and also provide a 24/7 BMS Bureau Service.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Contract delivery methodology / Weighting: 12
      Quality criterion - Name: System/plant failure methodology / Weighting: 3
      Quality criterion - Name: Community benefit outcomes / Weighting: 7
      Quality criterion - Name: Community benefits monitoring / Weighting: 3
      Quality criterion - Name: Fair work practices / Weighting: 5
      Price - Weighting: 70
      II.2.6)Estimated value
      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:

      The Council will have the sole discretion, to extend the Contract on 2 separate occasions for 12 months each occasion up to a maximum Contract period of 5 years.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

      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.

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

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

      4B.5.1 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:

      — Employers Liability Insurance — minimum level of 10 000 000 GBP sterling each and every claim,

      — Public and Products Liability Insurance — minimum 10 000 000 GBP sterling each and every claim (but in the aggregate for products),

      — Professional Indemnity Insurance — minimum 1 000 000 GBP sterling each and every claim.

      Statutory third party motor vehicle cover in accord with the provisions of the current Road Traffic Act 1988 (as amended). A valid MV certificate should be provided in the company name.

      4B.6 The Council will use a Dun and Bradstreet (D&B) Failure Score of 20 or above.

      It is recommended that Bidders review their own D&B Failure Score in advance of submitting their ESPD Submission. If, following this review, Bidders consider that the D&B Failure Score does not reflect their current financial status; the Bidder should give an explanation within the ESPD Submission, together with any relevant supporting independent evidence.

      Where the Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their ESPD Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract of this size.

      Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed.

      Where the Bidder intends to sub-contract more than 25 % of any contract value of a single sub-contractor, the Bidder may be required to provide a D&B comprehensive report on all the sub-contractors they intend to utilise. The Council reserves the right to request one copy of all sub-contractor last 2 financial years' audited accounts and details of significant changes since the last financial year end.

      Minimum level(s) of standards possibly required:

      4B.5.1 Bidders unable to commit to obtain the levels of insurance detailed above may be assessed as a FAIL and be excluded from the procurement process.

      4B.6 Bidders who do not achieve a minimum D&B failure score of 20 and above and fail to provide any additional explanation or supporting information may be assessed as a FAIL and be excluded from the procurement process.

      Bidders who do not provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the Tender Deadline may be assessed as a FAIL and be excluded from the procurement process.

      Bidders that do provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the Tender Deadline however fail to satisfy the Council that they have sufficient financial standing to undertake requirements within this procurement exercise will be assessed as a fail and will be excluded from the procurement process.

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

      4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.

      4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

      4D.1/4D.2 Full details of minimum requirements and assessment criteria in regards to quality assurance, health and safety and environmental management is located within condition 4.3 of the Invitation to Tender document.

      Minimum level(s) of standards possibly required:

      4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.

      4C.10 Bidders who fail to demonstrate the percentage of the services to be sub-contracted may be assessed as a fail and be excluded from the procurement process.

      4D.1/4D.2 Full details of minimum requirements and assessment criteria in regards to Quality Assurance, Health and Safety and Environmental Management is located within condition 4.3 of the invitation to tender document.

      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:

      Contract performance conditions are stated within the invitation to tender document.

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

      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
      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 participate
      Date: 18/12/2018
      Local time: 12:00
      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 tenders
      Date: 18/12/2018
      Local time: 12:00
      Place:

      Renfrewshire House, Paisley.

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

      If the contract is still required beyond the contract period then a new tender exercise will be undertaken.

      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      VI.3)Additional information:

      Late tender submissions will not be considered under any circumstances.

      The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12281. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      (SC Ref:563978)

      VI.4)Procedures for review
      VI.4.1)Review body
      Please see Section VI.4.3
      Please see Section VI.4.3
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

      An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sheriff Court or the Court of Session.

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      14/11/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 16.11.2018
Zuletzt aktualisiert 16.11.2018
Wettbewerbs-ID 2-321000 Status Kostenpflichtig
Seitenaufrufe 32