Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
South Lanarkshire Council
Council Headquarters Almada Street
Hamilton
ML3 0AA
UK
Contact person: Steven McMichael
E-mail: steven.mcmichael@southlanarkshire.gov.uk
NUTS: UKM95
Internet address(es)
Main address: http://www.southlanarkshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other: Maintenance
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Maintenance Of Building Energy Management System Installations
Reference number: SLC/PS/HTR/22/017
II.1.2) Main CPV code
50700000
II.1.3) Type of contract
Services
II.1.4) Short description
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.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
1 264 907.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Trend Controllers
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKM95
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
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
Lot No: 2
II.2.1) Title
Siemens Controllers
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKM95
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
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
Lot No: 3
II.2.1) Title
Various Controllers
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKM95
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
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
Lot No: 4
II.2.1) Title
Under Floor Heating
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKM95
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
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
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:
2023/S 000-012917
Section V: Award of contract
Lot No: 1
Title: Trend Controllers
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/01/2024
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Chartwell Controls Ltd
New Alderston House, 3 Dove Wynd, Strathclyde Business Park
Bellshill
ML4 3FB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 317 205.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Siemens Controllers
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/01/2024
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
BMSI
Suite G05, New Alderston House
Bellshill
ML4 3FB
UK
NUTS: UKM84
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 205 240.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Various Controllers
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/01/2024
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
BMSI
Suite G05, New Alderston House
Bellshill
ML4 3FB
UK
NUTS: UKM84
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 221 060.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Under Floor Heating
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/01/2024
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Affiniti Response Limited
30-32 Singer Road
East Kilbride
G750XS
UK
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 395 150.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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
(SC Ref:756987)
VI.4) Procedures for review
VI.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
UK
Telephone: +44 1698282957
E-mail: hamiltoncivl@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
02/02/2024