Section one: Contracting authority
one.1) Name and addresses
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
cpssprocurement@aberdeencity.gov.uk
Telephone
+44 1467530600
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
http://www.aberdeenshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Hard FM - Planned Preventative and Reactive Maintenance
Reference number
000-KYQV9637
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Planned Preventative & Reactive Maintenance activities across the whole of Aberdeenshire Council's property estate, including the provision of a service desk function.
two.1.5) Estimated total value
Value excluding VAT: £40,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70331000 - Residential property services
- 70332000 - Non-residential property services
- 70332300 - Industrial property services
- 45212290 - Repair and maintenance work in connection with sports facilities
- 45259000 - Repair and maintenance of plant
- 45259300 - Heating-plant repair and maintenance work
- 45261900 - Roof repair and maintenance work
- 45261920 - Roof maintenance work
- 50000000 - Repair and maintenance services
- 50324200 - Preventive maintenance services
- 50413000 - Repair and maintenance services of checking apparatus
- 50412000 - Repair and maintenance services of testing apparatus
- 50411200 - Repair and maintenance services of gas meters
- 50531200 - Gas appliance maintenance services
- 50720000 - Repair and maintenance services of central heating
- 50712000 - Repair and maintenance services of mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50760000 - Repair and maintenance of public conveniences
- 50883000 - Repair and maintenance services of catering equipment
- 98371111 - Cemetery maintenance services
- 77320000 - Sports fields maintenance services
- 77314000 - Grounds maintenance services
- 77313000 - Parks maintenance services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Properties covered under this contract are located across the whole of the Aberdeenshire Geographic area.
two.2.4) Description of the procurement
This procurement is for a single contractor to deliver a full Planned Preventative and Reactive Maintenance service across Aberdeenshire Council's entire portfolio of operations and non operational building and land assets.
The provision of a 24/7/365 service desk is required as part of this service.
Whilst the Council wishes to contract directly with one party, consortia bids, joint ventures, bids based on a management and subcontracting structure etc are welcome.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £40,000,000
two.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
The contract will have a maximum of 2 optional extension periods of up to 12 months each. Thereafter there will be a renewal albeit not necessary in the same format as this tender.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This contract is primarily to facilitate the necessary Planned Preventative and Reactive Maintenance tasks but provision is made for separate minor works task orders to be placed with the successful contractor where the Council feels it is appropriate to do so.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Bidders are required to respond to the SPD as per below:
4A.1 If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
4A.1.1 If the relevant documentation is available electronically, please indicate the web address, the issuing authority or body and the precise reference of the documentation.
4A.2 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.
4A.2.2 Bidders must confirm if they hold the particular authorisation or memberships.
4A.2.3 If the relevant documentation is available electronically, please indicate the web address, the issuing authority or body and the precise reference of the documentation.
three.1.2) Economic and financial standing
List and brief description of selection criteria
It is a mandatory requirement for participation in this tender process that Bidders have an average turnover figure for the last three years of at least 60 million GBP per financial year.
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:
Minimum level(s) of standards possibly required
Bidders are required to respond to the SPD as per below:
4B.1.1 Not require
4B.1.2 Bidders will be required to have an average yearly turnover of a minimum of 60 million GBP for the last three years.
4B.1.3 If the relevant documentation is available electronically, please indicate the web address, the issuing authority or body and the precise reference of the documentation.
4B.2 Not required
4B.3 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 or started trading.
4B.4 Not required
4b.5.1 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 = 10 million GBP
Public Liability Insurance = 10 million GBP
Professional Risk Indemnity Insurance = 10 million GBP
Product Liability Insurance = 10 million GBP
http://www.hse.gov.uk/pubns/hse40.pdf
4B.6 Not required
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to Annex A & B
Minimum level(s) of standards possibly required
Please refer to Annex A & B
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see attached documentation, in particular Appendix 4 - Terms & Conditions, inc. Schedule L, the KPIs.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-007131
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
10 September 2021
Local time
4:00pm
Changed to:
Date
17 September 2021
Local time
4:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 September 2021
Local time
4:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2028
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please note that the supporting data for this tender (property core fact sheets, spend information etc) is held within a Data Room (Please see ITT and Appendix 6 for more info).
To get a login to access this data room please register your interest in this procurement and the team will email you with login details.
Appendix 4 - Terms and Conditions (containing Schedule D), will be issued via this portal on Monday
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=648700.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
A Community Benefits Project Plan forms part of this procurement exercise - Please see Appendix 7 which outlines Bidders obligations in this area and these will form part of the contractual obligations upon award of the contract.
These also relate to a scored Quality Question used as part of the evaluation criteria - please see Appendix 5.
(SC Ref:648700)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sheriff Court
Aberdeen
Country
United Kingdom