Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Chris Anton
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.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
Building Management System (BMS) Upgrade, Improvement, Servicing & Maintenance Contract
Reference number
PKC12825
two.1.2) Main CPV code
- 71314200 - Energy-management services
two.1.3) Type of contract
Services
two.1.4) Short description
Perth & Kinross Council (‘the Council’) is seeking to appoint a suitably qualified and experienced contractor to develop the current estate and encompass all BMS works associated to servicing, maintenance, monitoring and control projects.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
- 38551000 - Energy meters
- 71314000 - Energy and related services
- 65400000 - Other sources of energy supplies and distribution
- 45232141 - Heating works
- 45259300 - Heating-plant repair and maintenance work
- 71314310 - Heating engineering services for buildings
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
two.2.4) Description of the procurement
Perth & Kinross Council (‘the Council’) is seeking to appoint a suitably qualified and experienced contractor to develop the current estate and encompass all BMS works associated to servicing, maintenance, monitoring and control projects.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council will have the option of extending the Contract, either singularly for four further periods of up to 12 months each or in phases up to a maximum of 48 months after the expiry of the initial term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value includes the extension period.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Requirement
4B.4 The Bidder will be required to state the values for the following for the last two financial years:
1. Current Ratio (Current Assets divided by Current Liabilities)
2. Net Assets (Net Worth) (value per the Balance Sheet)
4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract:
Employer’s Liability Insurance
Public Liability Insurance
Minimum level(s) of standards possibly required
4B.4 Financial Ratios
The acceptable range is:
1. Current Ratio - it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities for both years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
2. Net Assets (Net Worth) - it is expected that the Net Worth will be positive, i.e. a Net Assets position for both years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
4B.5 Level of Insurance
Employer’s Liability Insurance in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event.
Public Liability Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 Bidders will be required to provide 1 example of how they have delivered a similar service within the last three years.
4D.1 Quality Management Procedures
4D.2 Environmental Quality Management Systems or Standards
Minimum level(s) of standards possibly required
4C.1.2 The bidder is required to provide a recent example of working with a local authority that includes experience of managing a remote Desigo CC platform.
4D.1 Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
OR
2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document.
4D.1 HEALTH AND SAFETY PROCEDURES
1. The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR,
2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in section 10 of the Instructions for Tenderers document.
Requirement - Environmental Management Standards
Environmental Management Systems or Standards
1 The Bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR
2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document.
three.2) Conditions related to the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date
20 September 2024
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 September 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Prior to contract end date dependant on contract extension option being used
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27377. 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:
Community benefits are included in this requirement, more information on community benefits can be found in the instructions for tenderers document.
(SC Ref:775462)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
County Bldg, Tay St
Perth
PH2 8NL
Country
United Kingdom