Maintenance Of Building Energy Management System Installations

A Contract Award Notice
by SOUTH LANARKSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
5 year (est.)
Value
£205K-£317K
Sector
INDUSTRIAL
Published
02 Feb 2024
Delivery
To 06 Jan 2029 (est.)
Deadline
n/a

Concepts

Location

Hamilton

Geochart for 2 buyers and 4 suppliers

2 buyers

3 suppliers

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:

Lot Division

1 Trend Controllers

This Lot covers the requirement to maintain Trend controllers across 99 locations. The Lot will be evaluated on the Most Economically Advantageous Tender (MEAT).

2 Siemens Controllers

This Lot covers the requirement to maintain Siemens controllers across 35 locations. The Lot will be evaluated on the Most Economically Advantageous Tender (MEAT).

3 Various Controllers

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).

4 Under Floor Heating

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).

Award Detail

1 Chartwell Controls (Bellshill)
  • Trend Controllers
  • Num offers: 7
  • Value: £317,205
  • Contractor is an SME.
2 Bmsi (Bellshill)
  • Siemens Controllers
  • Num offers: 6
  • Value: £205,240
  • Contractor is an SME.
3 Bmsi (Bellshill)
  • Various Controllers
  • Num offers: 6
  • Value: £221,060
  • Contractor is an SME.
4 Affiniti Response (East Kilbride)
  • Under Floor Heating
  • Num offers: 6
  • Value: £395,150
  • Contractor is an SME.

Award Criteria

Technical 60.0
PRICE 40.0

CPV Codes

  • 50700000 - Repair and maintenance services of building installations

Indicators

  • Award on basis of price.

Other Information

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. 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)

Reference

Domains