Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
South Lanarkshire Council
Council Headquarters Almada Street
Hamilton
ML3 0AA
UK
Person cyswllt: Steven McMichael
E-bost: steven.mcmichael@southlanarkshire.gov.uk
NUTS: UKM95
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.southlanarkshire.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Arall: Maintenance
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Maintenance Of Building Energy Management System Installations
Cyfeirnod: SLC/PS/HTR/22/017
II.1.2) Prif god CPV
50700000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Council's Housing and Technical Resources Property Service have an ongoing requirement for a specialist contractor to provide a maintenance service for the Building Energy Management System (BEMS) and Under Floor Heating (UFH) within South Lanarkshire across a number of establishments including Council buildings, education and social care settings.
Maintenance of both the BEMS and UFH is essential to ensure that there is:
- The optimum performance of the equipment controlled
- Provision of thermal comfort levels to the working environment for the occupants of South Lanarkshire Council’s properties
- Effective control of energy consumption, for energy efficiency purposes.
The maintenance of the works requires specialist skills and therefore the contract is split into four separate lots. These lots reflect the main types of equipment in use as follows:
Lot 1 - Trend Controllers
Lot 2 - Siemens Controllers
Lot 3 - Various Controllers
Lot 4 - Under Floor Heating
The contract will be procured via open procedure on the most economically advantageous tender (MEAT) criterion as a single source award per lot, which enables the Council to take account of criteria that reflect qualitative, technical, and sustainable aspects of the tender submission as well as price when reaching a decision.
The Council has adopted a sequential opening process for any tender exercise conducted per the following stages:
As part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements for the Lot(s) they have selected.
As part of Stage 2 the bidders will then be required to complete a Technical response based on technical specific questions related to the lot they have selected.
As part of Stage 3 the bidders will then be required to complete Commercial response based on activities associated to the lot they have selected.
As part of the tender evaluation process the Council will then request evidence from the bidder identified as having the highest MEAT prior to award.
The contract will be governed under the JCT Measured Term Contract (MTC/Scot) 2011 Edition.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 400 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Trend Controllers
II.2.2) Cod(au) CPV ychwanegol
50700000
II.2.3) Man cyflawni
Cod NUTS:
UKM95
II.2.4) Disgrifiad o’r caffaeliad
This Lot covers the requirement to maintain Trend controllers across 99 locations.
The Lot will be evaluated on the Most Economically Advantageous Tender (MEAT).
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 556 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Optional 24 months extension
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
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
Rhif y Lot 2
II.2.1) Teitl
Siemens Controllers
II.2.2) Cod(au) CPV ychwanegol
50700000
II.2.3) Man cyflawni
Cod NUTS:
UKM95
II.2.4) Disgrifiad o’r caffaeliad
This Lot covers the requirement to maintain Siemens controllers across 35 locations.
The Lot will be evaluated on the Most Economically Advantageous Tender (MEAT).
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 196 500.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Optional 24 months extension
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
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
Rhif y Lot 3
II.2.1) Teitl
Various Controllers
II.2.2) Cod(au) CPV ychwanegol
50700000
II.2.3) Man cyflawni
Cod NUTS:
UKM95
II.2.4) Disgrifiad o’r caffaeliad
This Lot covers the requirement for maintaining the following BEMS controllers across a number of locations:
TAC - 23 sites
Distech - 14 sites
Priva - 6 sites
Delta - 5 sites
Coster - 2 sites
Tridium - 2 sites
Andover - 1 sites
The Lot will be evaluated on the Most Economically Advantageous Tender (MEAT).
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 297 500.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Optional 24 months extension
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
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
Rhif y Lot 4
II.2.1) Teitl
Under Floor Heating
II.2.2) Cod(au) CPV ychwanegol
50700000
II.2.3) Man cyflawni
Cod NUTS:
UKM95
II.2.4) Disgrifiad o’r caffaeliad
This Lot covers the requirement to maintain Under Floor Heating across 62 locations.
The Lot will be evaluated on the Most Economically Advantageous Tender (MEAT).
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 350 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Optional 24 months extension.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
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
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
SPD Question 4A.1 Trade Registers
It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given.
If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
SPD Question 4B.4 Economic and Financial Standing
The Council will use the following ratios to evaluate a bidders financial status:
Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio.
Liquidity – this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio.
Gearing – this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.
Lefel(au) gofynnol y safonau sydd eu hangen:
Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4.
The Council requires bidders to pass 2 out of the 3 financial ratios above.
Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so.
The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:
Would the bidder have passed the checks if prior year accounts had been used?
Were any of the poor appraisal outcomes "marginal"?
Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
Does the bidder have sufficient reserves to sustain losses for a number of years?
Does the bidder have a healthy cashflow?
Is the bidder profitable enough to finance the interest on its debt?
Is most of the bidder's debt owed to group companies?
Is the bidder's debt due to be repaid over a number of years, and affordable?
Have the bidder's results been adversely affected by "one off costs" and / or "one off accounting treatments"?
Do the bidder's auditors (where applicable) consider it to be a "going concern"?
Will the bidder provide a Parent Company Guarantee?
Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?
The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided.
SPD Question 4B.5 Insurance
The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:
Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims.
Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
SPD Question 4C.1.2 Technical and Professional Ability
With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the bidder in the last 3 years. You must describe in sufficient detail the required experience in terms of the specific supplies/services, the number of required examples, the minimum duration of experience e.g. 3 years and the value / scope of the previous projects e.g. must be of similar value to the contract being procured.
SPD Question 4C.6 Technical and Professional Ability (Qualifications)
The bidder as a company will hold the following accreditations:
Lot 1 - The bidding company (or individual if a sole trader) and any subcontractor used by them to deliver the contract must be a Trend Technology Partner or in the process of attaining this partnership.
Lot 2 - The bidding company (or individual if a sole trader) and any subcontractor used by them to deliver the contract must be a Siemens Solutions Partner or in the process of attaining this partnership.
SPD Question 4C.10 Technical and Professional Ability (Sub-Contracting)
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
SPD Question 4D.1 Quality Assurance Schemes
It is a mandatory requirement of this tender that bidders hold the following quality standard(s)/accreditation(s):
ISO 90001:2015 Quality Management System or equivalent.
SPD Question 4D.2 Environmental Management Standards
It is a mandatory requirement of this tender that bidders hold the following environmental standard(s)/accreditation(s):
ISO 140001:2015 Environmental Management System or equivalent.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
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:
2023/S 000-001881
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
09/06/2023
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
09/06/2023
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
Prior to any appointment being made (unless the information has already been submitted during the procurement process), the successful
bidder(s) will provide the undernoted certificates and declarations to evidence their compliance with the questions within the Qualification
Envelope relating to the SPD (Scotland).
SPD Question 2D.1 - Prompt Payment Certificate
SPD Questions 3A.1 to 3A.8 - Serious and Organised Crime Declaration
SPD Question 3A.6 - Modern Slavery Act 2015 Declaration
SPD Question 3C.1 - Blacklisting in the Construction Industry Declaration
SPD Question 3D.11 - Non-Collusion Certificate
SPD Question 4B.5.1 - Insurance Certificates
Employers Liability - 10,000,000 GBP
Public Liability - 5,000,000 GBP
SPD Question 4C.6 - Trend Technology Centre Certification (Lot 1)
SPD Question 4C.6 - Siemens Distribution Partner (Lot 2)
SPD Question 4D.1 - ISO9001:2015 Certificate or equivalent
SPD Question 4D.2 - ISO14001:2015 Certificate or equivalent
Please note, the alternative review body to the local Sheriff Court detailed in VI.4.1 is:
Court of Session
Parliament House
Parliament Square
Edinburgh
EH1 1RQ
+44 1312252595
supreme.courts@scotcourts.gov.uk
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23643. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Bidders should refer to Attachment 9 within the ITT.
(SC Ref:730410)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
UK
Ffôn: +44 1698282957
E-bost: hamiltoncivl@scotcourts.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
05/05/2023