Award

Building Management System, Bureau Service and Planned Preventative Maintenance (PPM)

RENFREWSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

02 Jul 2019 at 00:00

Tender

15 Mar 2019 at 00:00

Summary of the contracting process

Renfrewshire Council is currently engaged in an open tender for the "Building Management System, Bureau Service and Planned Preventative Maintenance (PPM)" contract, with a contract value of £1,100,000. The procurement process is at the award stage, having been signed on 28 June 2019, following a tender period that ended on 24 April 2019. This contract focuses on enhancing the efficiency of the council's existing building management systems across 70 sites in Renfrewshire, UK. Interested parties can access details of the award through the relevant contract notice.

This tender represents a significant opportunity for businesses specialising in building management systems, facilities management, and technical services. Companies that possess the capability to integrate diverse system types, provide energy solutions, and offer ongoing maintenance and training would be particularly well-suited to compete. Additionally, SMEs with experience in similar service contracts are encouraged to participate, as the evaluation criteria focus on both quality and cost, providing a balanced chance for competitive bids.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Building Management System, Bureau Service and Planned Preventative Maintenance (PPM)

Notice Description

Renfrewshire Council wish to appoint a Contractor to provide a BMS and Bureau Service, condition surveys, integration of existing systems with the Councils IT network, creation of an energy dashboard, creation of floorplans, janitorial training, new BMS installs, installation of temperature sensors and installation of thermostatic radiator valves

Lot Information

Lot 1

Renfrewshire Council currently has 70 sites which contain various BMS system types including Distech, Trend, Siemens, Priva, Delta and IEI. A Contractor is required to integrate all sites on to a common platform which will be accessed over the Councils corporate network, provide condtion surveys, creation of an energy dashboard, creation of floorplans, bespoke janitorial training, new BMS installations at any new locations identified throughout the contract period, installation of temperature sensors and installation of thermostatic radiator valves. The Contract will be in the form of an NEC3 Term Service Short Contract April 2013 and additional 'Z' clauses.. 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.

Renewal: The Council will have the sole discretion, to extend the Contract on 2 separate occasions for 12 months each occasion up to a maximum Contract period of 5 years.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000576678
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359332
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71314000 - Energy and related services

71314200 - Energy-management services

Notice Value(s)

Tender Value
£1,100,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,100,000 £1M-£10M

Notice Dates

Publication Date
2 Jul 20196 years ago
Submission Deadline
24 Apr 2019Expired
Future Notice Date
Not specified
Award Date
28 Jun 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
If the contract is still required beyond the contract period then a new tender exercise will be undertaken.

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Brian Bradley
Contact Email
brian.bradley@renfrewshire.gov.uk, rachel.o'neill@renfrewshire.gov.uk
Contact Phone
+44 1416184800, +44 1416185638

Buyer Location

Locality
PAISLEY
Postcode
PA1 1JB
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Renfrewshire
Electoral Ward
Paisley East and Central
Westminster Constituency
Paisley and Renfrewshire South

Supplier Information

Number of Suppliers
1
Supplier Name

AFFINITI RESPONSE

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348620
    Building Management System, Bureau Service and Planned Preventative Maintenance (PPM) - Renfrewshire Council wish to appoint a Contractor to provide a BMS and Bureau Service, condition surveys, integration of existing systems with the Councils IT network, creation of an energy dashboard, creation of floorplans, janitorial training, new BMS installs, installation of temperature sensors and installation of thermostatic radiator valves
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359332
    Building Management System, Bureau Service and Planned Preventative Maintenance (PPM) - Renfrewshire Council wish to appoint a Contractor to provide a BMS and Bureau Service, condition surveys, integration of existing systems with the Councils IT network, creation of an energy dashboard, creation of floorplans, janitorial training, new BMS installs, installation of temperature sensors and installation of thermostatic radiator valves

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000576678-2019-07-02T00:00:00Z",
    "date": "2019-07-02T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000576678",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-20",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Brian Bradley",
                "email": "brian.bradley@renfrewshire.gov.uk",
                "telephone": "+44 1416185638",
                "faxNumber": "+44 1416187050",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-52",
            "name": "Please see Section VI.4.3",
            "identifier": {
                "legalName": "Please see Section VI.4.3"
            },
            "address": {
                "locality": "Please see Section VI.4.3"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        },
        {
            "id": "org-7",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "email": "rachel.o'neill@renfrewshire.gov.uk",
                "telephone": "+44 1416184800",
                "faxNumber": "+44 1416187050",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-412",
            "name": "Affiniti Response Limited",
            "identifier": {
                "legalName": "Affiniti Response Limited"
            },
            "address": {
                "streetAddress": "1 Auchingramont Road",
                "locality": "Hamilton",
                "region": "UKM82",
                "postalCode": "ML3 6JP"
            },
            "contactPoint": {
                "email": "admin@affinitiresponse.com",
                "telephone": "+44 1355241689"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://www.affinitiresponse.com"
            }
        },
        {
            "id": "org-413",
            "name": "Please see Section VI.4.3",
            "identifier": {
                "legalName": "Please see Section VI.4.3"
            },
            "address": {
                "locality": "Please see Section VI.4.3"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Renfrewshire Council",
        "id": "org-7"
    },
    "tender": {
        "id": "RC-CPU-18-480",
        "title": "Building Management System, Bureau Service and Planned Preventative Maintenance (PPM)",
        "description": "Renfrewshire Council wish to appoint a Contractor to provide a BMS and Bureau Service, condition surveys, integration of existing systems with the Councils IT network, creation of an energy dashboard, creation of floorplans, janitorial training, new BMS installs, installation of temperature sensors and installation of thermostatic radiator valves",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71314000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71314200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Renfrewshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-04-24T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-04-24T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR348620",
                "documentType": "contractNotice",
                "title": "Building Management System, Bureau Service and Planned Preventative Maintenance (PPM)",
                "description": "Renfrewshire Council wish to appoint a Contractor to provide a BMS and Bureau Service, condition surveys, integration of existing systems with the Councils IT network, creation of an energy dashboard, creation of floorplans, janitorial training, new BMS installs, installation of temperature sensors and installation of thermostatic radiator valves",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348620",
                "format": "text/html"
            },
            {
                "id": "JUL359332",
                "documentType": "awardNotice",
                "title": "Building Management System, Bureau Service and Planned Preventative Maintenance (PPM)",
                "description": "Renfrewshire Council wish to appoint a Contractor to provide a BMS and Bureau Service, condition surveys, integration of existing systems with the Councils IT network, creation of an energy dashboard, creation of floorplans, janitorial training, new BMS installs, installation of temperature sensors and installation of thermostatic radiator valves",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359332",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Renfrewshire Council currently has 70 sites which contain various BMS system types including Distech, Trend, Siemens, Priva, Delta and IEI. A Contractor is required to integrate all sites on to a common platform which will be accessed over the Councils corporate network, provide condtion surveys, creation of an energy dashboard, creation of floorplans, bespoke janitorial training, new BMS installations at any new locations identified throughout the contract period, installation of temperature sensors and installation of thermostatic radiator valves. The Contract will be in the form of an NEC3 Term Service Short Contract April 2013 and additional 'Z' clauses.. 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.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "BMS Report",
                            "description": "8"
                        },
                        {
                            "type": "price",
                            "description": "65"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council will have the sole discretion, to extend the Contract on 2 separate occasions for 12 months each occasion up to a maximum Contract period of 5 years."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-04-24T12:00:00Z",
            "address": {
                "streetAddress": "Renfrewshire House, Paisley"
            }
        },
        "contractTerms": {
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The contract performance conditions are stated within the conditions of contract."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employers Liability Insurance - minimum level of 10m GBP sterling each and every claim Public and Products Liability Insurance - minimum 10m GBP sterling each and every claim (but in the aggregate for products) Professional Indemnity Insurance - minimum 1m GBP sterling each and every claim Statutory third party motor vehicle cover in accord with the provisions of the current Road Traffic Act 1988 (as amended). A valid MV certificate should be provided in the company name. 4B.6 The Council will use a Dun & Bradstreet (D&B) Failure Score of 20 or above. It is recommended that Bidders review their own D&B Failure Score in advance of submitting their ESPD Submission. If, following this review, Bidders consider that the D&B Failure Score does not reflect their current financial status; the Bidder should give an explanation within the ESPD Submission, together with any relevant supporting independent evidence. Where the Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their ESPD Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract of this size. Where a consortium bid is received, the D&B Failure Score of the lead provider shall be assessed. In the event that the lead providers D&B failure score is below 20 the Council will assess the remaining consortium members and at least one consortium member should meet this criteria. Where the Bidder intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Bidder may be required to provide a D&B comprehensive report on all the sub-contractors they intend to utilise. The Council reserves the right to request one copy of all sub-contractor last 2 financial years' audited accounts and details of significant changes since the last financial year end",
                    "minimum": "4B.5.1 Bidders unable to commit to the levels of insurance detailed above may be assessed as a FAIL and be excluded from the Procurement Process. 4B.6 Bidders who do not achieve a minimum D&B failure score of 20 and above and fail to provide any additional explanation or supporting information may be assessed as a FAIL and be excluded from the Procurement Process. Bidders who do not provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the Tender Deadline may be assessed as a FAIL and be excluded from the Procurement Process. Bidders that do provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the Tender Deadline however fail to satisfy the Council that they have sufficient financial standing to undertake requirements within this procurement exercise will be assessed as a FAIL and will be excluded from the Procurement Process"
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.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 meet the criteria in section 4.3 of the ITT.",
                    "minimum": "4C.1.2 Bidders who fail to provide evidence of delivering similar projects that they have experience may be assessed as a FAIL and be excluded from the Procurement Process. 4C.10 Bidders who fail to demonstrate the percentage of the services to be sub-contracted may be assessed as a FAIL and be excluded from the Procurement Process. 4D.1 Bidders unable to demonstrate that they have required Quality Management certification, procedures etc. may be assessed as a FAIL and will be excluded from the Procurement Process."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2019-09-23T00:00:00Z"
            }
        },
        "classification": {
            "id": "71314000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "If the contract is still required beyond the contract period then a new tender exercise will be undertaken."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Tenderers will be required to complete the UK Government's \"Cyber Security Essentials Self-Assessment\". Following evaluation, the preferred tenderer will be required to submit as part of the Request for Documentation stage, the following documents: S1 Equalities Questionnaire S2 Equalities Declaration S3 Tender Compliance Certificate S4 No Collusion Certificate S5 Prompt Payment Certificate S9 List of Proposed Domestic Sub-Contractors Health and Safety Questionnaire ISO9001 (or equivalent) certificate All insurances certificates (SC Ref:589438)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000576678"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000576678"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "RC-CPU-18-480",
            "suppliers": [
                {
                    "id": "org-412",
                    "name": "Affiniti Response Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "RC-CPU-18-480",
            "awardID": "RC-CPU-18-480",
            "status": "active",
            "value": {
                "amount": 1100000,
                "currency": "GBP"
            },
            "dateSigned": "2019-06-28T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 056-129554"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "416",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "417",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "418",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}