Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The University of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
UK
Contact person: Elizabeth Lebost
E-mail: elizabeth.lebost@ed.ac.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.ed.ac.uk/schools-departments/procurement/supplying
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
I.2) 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/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Trend BEMS comprehensive maintenance and replacement works
Reference number: EC0952
II.1.2) Main CPV code
50700000
II.1.3) Type of contract
Services
II.1.4) Short description
The University of Edinburgh wishes to appoint two contractors to to provide a fully comprehensive planned and reactive maintenance service for our Trend building energy management system (BEMS) and associated control equipment
Fully comprehensive includes for supply, replacement and commissioning of faulty items associated with the BEMS.
The requirements will be structured into two separate geographical lots as follows:
Lot 1 - Central area, Kings Buildings and Accommodation Services.
Lot 2 - Western General Little France and Easter Bush Estate.
A single supplier will be appointed to each lot. Bidders can apply for one or both lots however to ensure there is not reliance on the same supplier for more than one lots, a supplier bidding for both lots can only be awarded one contract.
Proposed contract duration is 2 years with 3 x 1 year extension options.
This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies may access and utilize this contract at any time during the life of the contract.
This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage open procedure.Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PCST, and may be required to submit means of proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when competing the SPD in PCST.
II.1.5) Estimated total value
Value excluding VAT:
680 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Central Area, Kings Buildings and Accommodation Services
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKM75
II.2.4) Description of the procurement
Lot 1 - Central Area, Kings Buildings and Accommodation Services
The University of Edinburgh wishes to appoint a single supplier to provide comprehensive planned and reactive maintenance service for the Trend Building Energy Management System (BEMS) and associated services.
Comprehensive includes the supplying, replacing and commissioning all faulty items associated with the BEMS, as well as planned and reactive maintenance works. If instructed by the University to replace any damaged or obsolete Equipment not covered by the fully comprehensive contract, the Supplier shall ensure and provide verification to the University that the replacement Equipment meets the exact or better specification of the Equipment being removed. The purchase of replacement Equipment shall remain optional to the University throughout the Contract Term.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
this contract is for 2 + 1 + 1 + 1 year extension options
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
The estimated value of stated in II.1.5 is for the 5 year contract if all extension options are taken.
Lot No: 2
II.2.1) Title
Lot 2 - Western General, Little France and Easter Bush Estate
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKM75
II.2.4) Description of the procurement
Lot 2 - Western General, Little France and Easter Bush Estate
The University of Edinburgh wishes to appoint a single supplier to provide comprehensive planned and reactive maintenance service for the Trend Building Energy Management System (BEMS) and associated services.
Comprehensive includes the supplying, replacing and commissioning all faulty items associated with the BEMS, as well as planned and reactive maintenance works. If instructed by the University to replace any damaged or obsolete Equipment not covered by the fully comprehensive contract, the Supplier shall ensure and provide verification to the University that the replacement Equipment meets the exact or better specification of the Equipment being removed. The purchase of replacement Equipment shall remain optional to the University throughout the Contract Term.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
This contract is for 2 + 1 + 1 + 1 year extension options
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
The estimated value stated in II.1.5 is for the 5 year contract if all extension options are taken.
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:
SPD 4A.2 Statement [SERVICE CONTRACTS ONLY]
Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships of the following:
- 3 Trend Expert Engineers accredited in Building Management Systems.
- Operatives are capable of carrying out LV and ELV Control panel modifications and component replacements.
- 963/IQVision and SET software licence agreements from the installed systems manufacturer.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
SPD 4B.1.1 Statement - Bidders will be required to have a minimum “general” yearly turnover for the last 3 years as follows: 120,000 GBP annually for Lot 1, 152,000 GBP annually for lot 2.
SPD 4B.3 Statement - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.
SPD 4B.5.1 and 4B.5.2 Statement
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 10,000,000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
ESPD 4B.6 Statements
Bidders 4B.6 Statement 1: Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract.
4B.6 Statement 2: Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations.
Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios:
- Current Ratio
- Quick Ratio
- Debtors Turnover Ratio
- Return on Assets
- Working Capital
- Debt to Equity Ratio
- Gross Profit Ratio
A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised.
This information may be used to assess financial sustainability.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed within the tender documentation
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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
Notice number in the OJ S:
2017/S 170-348898
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/09/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
30/09/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Six months prior to contract expiry.
VI.3) Additional information
This procurement includes additional procurement-specific pass/fail minimum requirements which are detailed in the Qualification Envelope in PCS-T and/or associated attachment.
NOTE: Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the SPD Supplier Response Forms (MO Excel document) attached to SPD question 2C.1.1 on PCS-T. These parties must complete the first three sections of the SPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria.
Note: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law. Without prejudice to any additional relevant duties, suppliers should note that this includes obligations for certain organisations under:
-the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted),
-the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN)
-the Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents)
-the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage
At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19515. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19515. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:664483)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chamber Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
26/08/2021