United Kingdom-Paisley: Energy and related services
2018/S 221-505977
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
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
Section II: Object
BMS and Bureau Service
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.
Renfrewshire
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.
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.
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
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.
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.
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.
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.
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.
Contract performance conditions are stated within the invitation to tender document.
Section IV: Procedure
Renfrewshire House, Paisley.
Section VI: Complementary information
If the contract is still required beyond the contract period then a new tender exercise will be undertaken.
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)
Please see Section VI.4.3
United Kingdom
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.