Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Trend BEMS comprehensive maintenance and replacement works

  • First published: 27 August 2021
  • Last modified: 27 August 2021
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The University of Edinburgh
Authority ID:
AA79979
Publication date:
27 August 2021
Deadline date:
30 September 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
50700000 Repair and maintenance services of building installations Repair and maintenance services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
elizabeth.lebost@ed.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.