Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

Provision of Planned and Reactive Maintenance and On-Demand Technical Assistance for a Building Energy Management System (BEMS)

  • Cyhoeddwyd gyntaf: 11 Mehefin 2021
  • Wedi'i addasu ddiwethaf: 11 Mehefin 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
University of Southampton
ID Awudurdod:
AA20936
Dyddiad cyhoeddi:
11 Mehefin 2021
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Provision of day to day reactive maintenance and planned servicing work carried out at the University of Southampton on its BEMS infrastructure, Highfield Campus and all Satellite Sites. This will include maintenance and upkeep of 3 x IQ Vision servers, 1 x 963 server and 1 x 963 lite for HVAC alarms, this could be subject to change. Throughout the BEMS infrastructure, there are approximately 850 Trend controllers ranging from IQ 1 – IQ 4 of varying size and capacity.

The BEMS contractor shall provide cover for all BEMS installations, based on the full schedules of work which are designed to act in addition to the BEMS contractors set of procedures for having the best level of preventative and optimal service care. The contract as set out also requires full breakdown cover throughout the full 24 hours of each and every day, including all public holidays. Calls will always be logged by the Universities help desk or an authorised representative.

The BEMS contractor will also be required to keep up to date the clients Planon management system with regards to closing out all planned and reactive works such as maintenance, repairs and call outs. Strict deadlines will need to be met by the BEMS Contractor to ensure the Planon system is kept up to date.

The BEMS contractor will also be required to provide detailed reports covering but not limited to service dates achieved, call out statistics and causes of breakdowns, repairs carried out, issues found from maintenance, performance issues and innovations and ideas to improve building energy performance and utility savings.

Potential Providers are advised that the premises covered by this document are multi-tenanted and there may be strict security procedures may be in operation to gain access to the buildings in general and plant rooms. All company representatives irrespective of title will be required to carry personal identification, and during their stay in the premises, all personnel must make themselves fully acquainted with safety procedures and University Rules as may apply.

The whole of the work covered by the contract will be subject to Quality Audits at unannounced intervals and it will be seen that the services to be provided include for formal meetings between the BEMS contractor and the Employer, during which all matters of business associated with the BEMS may be discussed. These meetings will be formally minuted and the BEMS Contractor will be required to address all matters raised for their attention.

The University requires the contractor to execute the work in a safe and workmanlike manner, to University standards and always with total compliance with the CDM 2015 regulations (and any updates thereto).

The work undertaken by the contractor shall cover:

(i) reactive maintenance as directed by the contract administrator, to a maximum value of GBP 5 000.00 per order (excluding VAT);

(ii) planned maintenance servicing (including minor repairs and renewals) to a maximum value of GBP 25 000 per order (excluding VAT);

(iii) order of spare parts to a maximum value of GBP 75 000 per order (excluding VAT);

(iv) 24 hour call-out service;

(v) 24 hour bureau service for fault finding and first response. The bureau service is expected to remotely log on to the University servers and diagnose any faults as a first line response and if applicable carry out remedial actions.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

University of Southampton

University Road

Southampton

SO17 1BJ

UK

Person cyswllt: Alex Oakley

Ffôn: +44 2380595000

E-bost: Procurement@soton.ac.uk

NUTS: UKJ3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.southampton.ac.uk

Cyfeiriad proffil y prynwr: https://in-tendhost.co.uk/universityofsouthampton

I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Addysg

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Provision of Planned and Reactive Maintenance and On-Demand Technical Assistance for a Building Energy Management System (BEMS)

Cyfeirnod: 2019UoS-0251

II.1.2) Prif god CPV

50710000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Provision of day to day reactive maintenance and planned servicing work carried out at the University of Southampton on its BEMS infrastructure, Highfield Campus and all Satellite Sites. This will include maintenance and upkeep of 3 x IQ Vision servers, 1 x 963 server and 1 x 963 lite for HVAC alarms, this could be subject to change. Throughout the BEMS infrastructure, there are approximately 850 Trend controllers ranging from IQ 1 – IQ 4 of varying size and capacity.

The work undertaken by the contractor shall cover:

(i) reactive maintenance as directed by the Contract Administrator, to a maximum value of GBP 5 000.00 per order (excluding VAT);

(ii) planned maintenance servicing (including minor repairs and renewals) to a maximum value of GBP 25 000 per order (excluding VAT);

(iii) order of spare parts to a maximum value of GBP 75 000 per order (excluding VAT);

(iv) 24 hour Call-out service;

(v) 24 hour Bureau service for fault finding and first response.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 2 625 000.00 EUR

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

50711000

50712000

II.2.3) Man cyflawni

Cod NUTS:

UKJ3


Prif safle neu fan cyflawni:

The University of Southampton, Highfield Campus, University Road, Southampton, SO17 1BJ and associated campuses and sites in Southampton and Winchester.

II.2.4) Disgrifiad o’r caffaeliad

Provision of day to day reactive maintenance and planned servicing work carried out at the University of Southampton on its BEMS infrastructure, Highfield Campus and all Satellite Sites. This will include maintenance and upkeep of 3 x IQ Vision servers, 1 x 963 server and 1 x 963 lite for HVAC alarms, this could be subject to change. Throughout the BEMS infrastructure, there are approximately 850 Trend controllers ranging from IQ 1 – IQ 4 of varying size and capacity.

The BEMS contractor shall provide cover for all BEMS installations, based on the full schedules of work which are designed to act in addition to the BEMS contractors set of procedures for having the best level of preventative and optimal service care. The contract as set out also requires full breakdown cover throughout the full 24 hours of each and every day, including all public holidays. Calls will always be logged by the Universities help desk or an authorised representative.

The BEMS contractor will also be required to keep up to date the clients Planon management system with regards to closing out all planned and reactive works such as maintenance, repairs and call outs. Strict deadlines will need to be met by the BEMS Contractor to ensure the Planon system is kept up to date.

The BEMS contractor will also be required to provide detailed reports covering but not limited to service dates achieved, call out statistics and causes of breakdowns, repairs carried out, issues found from maintenance, performance issues and innovations and ideas to improve building energy performance and utility savings.

Potential Providers are advised that the premises covered by this document are multi-tenanted and there may be strict security procedures may be in operation to gain access to the buildings in general and plant rooms. All company representatives irrespective of title will be required to carry personal identification, and during their stay in the premises, all personnel must make themselves fully acquainted with safety procedures and University Rules as may apply.

The whole of the work covered by the contract will be subject to Quality Audits at unannounced intervals and it will be seen that the services to be provided include for formal meetings between the BEMS contractor and the Employer, during which all matters of business associated with the BEMS may be discussed. These meetings will be formally minuted and the BEMS Contractor will be required to address all matters raised for their attention.

The University requires the contractor to execute the work in a safe and workmanlike manner, to University standards and always with total compliance with the CDM 2015 regulations (and any updates thereto).

The work undertaken by the contractor shall cover:

(i) reactive maintenance as directed by the contract administrator, to a maximum value of GBP 5 000.00 per order (excluding VAT);

(ii) planned maintenance servicing (including minor repairs and renewals) to a maximum value of GBP 25 000 per order (excluding VAT);

(iii) order of spare parts to a maximum value of GBP 75 000 per order (excluding VAT);

(iv) 24 hour call-out service;

(v) 24 hour bureau service for fault finding and first response. The bureau service is expected to remotely log on to the University servers and diagnose any faults as a first line response and if applicable carry out remedial actions.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Trend Technology Centre (TTC) status / Pwysoliad: Pass/Fail

Maes prawf ansawdd: Mobilisation and implementation / Pwysoliad: 6 %

Maes prawf ansawdd: Technical ability / Pwysoliad: 9 %

Maes prawf ansawdd: Contract administration management / Pwysoliad: 9 %

Maes prawf ansawdd: Service delivery approach / Pwysoliad: 6 %

Maes prawf ansawdd: Quality assurance / Pwysoliad: 9 %

Maes prawf ansawdd: Procuring and maintaining spares / Pwysoliad: 6 %

Maes prawf ansawdd: Case study: Scenario 1 – energy performance / Pwysoliad: 15 %

Maen prawf cost: Schedule of Rates (SoR) – reactive maintenance / Pwysoliad: 15 %

Maen prawf cost: Schedule of Rates (SoR) – estate wide planned maintenance / Pwysoliad: 10 %

Maen prawf cost: Bureau/system maintenance / Pwysoliad: 5 %

Maen prawf cost: Spares order discount / Pwysoliad: 10 %

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Lots: this contract is not suitable for splitting into lots. The risk of dividing the requirement into lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2020/S 029-068854

Section V: Dyfarnu contract

Rhif Contract: 2019UoS-0251

Teitl: Provision of Planned and Reactive Maintenance and On-Demand Technical Assistance for a Building Energy Management System (BEMS)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

19/03/2021

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 7

Nifer y tendrau a ddaeth i law gan BBaChau: 6

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 7

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Pillinger Controls Ltd

04792106

15-17 West Street

Reigate

RH2 9BL

UK

NUTS: UKJ26

Cyfeiriad(au) rhyngrwyd

URL: www.pillingercontrols.co.uk

BBaCh yw’r contractwr: Ydy

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 2 625 000.00 GBP

Cyfanswm gwerth y contract/lot: 2 625 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

The University is utilising an electronic tendering tool (InTend: https://intendhost.co.uk/universityofsouthampton) to manage this procurement and to communicate with Potential Providers and/or Tenderers (as appropriate). All documentation in relation to this tender can be downloaded from the In-Tend portal. Potential Providers/Tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted vi the In-Tend portal.

Regular monitoring of the portal is the responsibility of the Potential Provider/Tenderer and it is your responsibility to access the system on a regular basis to ensure you have sight of all relevant information and updates.

If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the tender documentation.

Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details' .Once you are in the project screen, you will be able to register your company against the project and access all documentation by clicking 'Express Interest'.

Potential Suppliers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via the In-Tend portal.

Further instructions for the submission of responses are below:

To submit your return:

1) Log in;

2) Click 'Tenders';

3) Locate the relevant project;

4) View details;

5) Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender');

6) Click on the 'Attach Documents' button and upload your return;

7) Check all your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return;

8) Click the red 'Submit Return' button.

Please note, to preserve the integrity of the tendering procedure, all queries must be made via the correspondence function within the In-Tend portal.

Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015 and subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), the University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, Potential Providers/Tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.

Costs and expenses: potential suppliers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by bidders or any of their supply chain, partners or advisers in this procurement process. The University is not liable for any costs in the event of the cancellation of this procurement process.

Pre-qualification: potential suppliers are advised to read and observe the pre-qualification instructions and documentation mistakes cannot be later rectified.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

University of Southampton

Southampton

SO17 1BJ

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

08/06/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
50712000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod mecanyddol adeiladau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol a mecanyddol adeiladau
50710000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol a mecanyddol adeiladau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau
50711000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol adeiladau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol a mecanyddol adeiladau

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Procurement@soton.ac.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.