이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[영국] EC0795 Lift Maintenance
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2018.01.10
원본


공고명: EC0795 Lift Maintenance

게시일: 2017/12/22

마감일: 2020/08/02

수행지역: 영국

카테고리: 31 - 제조부품


공고내용


Contract notice Directive 2014/24/EU - Public Sector Directive Section I: Contracting authority I.1) Name and addresses
University Of Edinburgh Charles Stewart House, 9-16 Chambers Street Edinburgh EH1 1HT UK Contact person: Caroline Brown Telephone: +44 1316502508 E-mail: c.m.brown@ed.ac.uk NUTS: UKM75 Internet address(es) Main address: http://www.ed.ac.uk/schools-departments/procurement/supplying Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
I.2) Joint procurement The contract is awarded by a central purchasing body I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html I.4) Type of the contracting authority Body governed by public law I.5) Main activity Education Section II: Object II.1) Scope of the procurement
II.1.1) Title EC0795 Lift Maintenance Reference number: EC0795 II.1.2) Main CPV code 50750000  II.1.3) Type of contract Services II.1.4) Short description The University of Edinburgh invites competitive tenders for a planned and reactive maintenance of lifts contract, which would ensure the University are operating safe and compliant lifts throughout the estate. The Lift Portfolio will be split into 2 lots ??? City Centre & Peripheral Buildings. We will apply a two-stage Restricted Procedure. For each lot, bidders must self-certify adherence to selection criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage. Specific selection requirements are detailed in Section III of this Notice are the same for each lot unless otherwise indicated. When completing the ESPD, bidders must have regard for the specific requirements in this Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders. II.1.5) Estimated total value Value excluding VAT: 2 676 000.00 GBP II.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for all lots Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title Central Area II.2.2) Additional CPV code(s) 50750000 42416100 II.2.3) Place of performance NUTS code: UKM75 II.2.4) Description of the procurement Lot 1 Central Area. The contract will require suppliers to provide a fully comprehensive lift service to the University. This will include the regular planned preventative maintenance, 24 hour breakdown response and all repairs to the lifts to keep them operating in a safe and reliable condition. The repairs will include any defects that are reported within the LOLER Thorough Examinations and those identified during Maintenance Evaluation Audits by our Lift Consultants. It is intended that the contract is in place for an initial 2 years with the option to extend for a further 2 years in total. Due to the size of the estate and number of buildings included in the testing, this tender has been split into two Lots to reduce any risk associated with delivery of the service with 1 supplier The supplier with the Most Economically Advantageous Tender (MEAT) will be awarded to each Lot however to mitigate any risk to University, UoE will not appoint the same supplier to both Lot 1 & Lot 2. In the event the same supplier wins both Lot 1 & 2, they will be awarded the geographical zone area which has the highest value attached to it (Lot 2). The second highest scoring supplier within Lot 1 will be awarded Lot 1. II.2.5) Award criteria Criteria below: Quality criterion: Quality / Weighting: 60 Price / Weighting:  40 II.2.6) Estimated value Value excluding VAT: 1 120 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 This contract is subject to renewal: Yes Description of renewals: 2 years with the option to extend for a further 2 in total (2+1+1) II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 6 Objective criteria for choosing the limited number of candidates: Lot 1 Central Area This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process: Stage 1 - Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot, bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 of this Notice and are the same for all lots. b) Complete the scored ESPD Section 4C (Technical and Professional ability) found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 of this Notice and are the same for all lots. Section 4C will be scored as per the scoring methodology detailed below. The six highest scoring bidders, who score 50 percent and above, will be invited to submit a tender. Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. Objective Criteria for Shortlisting - ESPD 4C question scoring methodology: 0 ??? Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 ??? Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 ??? Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 ??? Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 ??? Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. Scored ESPD Section 4C question weighting: 4C.1.2 Experience Statement 1(45 percent) 4C.1.2 Experience Statement 2 (For Info only) 4C.2 Technical Bodies Statement 1 (10 percent) 4C.2 technical Bodies Statement 2 (10 percent) 4C.3 Technical Facilities (15 percent) 4C.7 Environmental Management Statement 1 (5 percent) 4C.7 Environmental Management Statement 2 (5 percent) 4C.9 Technical Equipment (10 percent) II.2.10) Information about variants Variants will be accepted: No 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 II.2.14) Additional information Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Lot No: 2
II.2.1) Title Peripheral Area II.2.2) Additional CPV code(s) 42416100 50750000 II.2.3) Place of performance NUTS code: UKM75 Main site or place of performance: Science and Engineering Zone Buildings & Medical & Veterinary Zone Buildings II.2.4) Description of the procurement Lot 2 Peripheral Area. The contract will require suppliers to provide a fully comprehensive lift service to the University. This will include the regular planned preventative maintenance, 24 hour breakdown response and all repairs to the lifts to keep them operating in a safe and reliable condition. The repairs will include any defects that are reported within the LOLER Thorough Examinations and those identified during Maintenance Evaluation Audits by our Lift Consultants. It is intended that the contract is in place for an initial 2 years with the option to extend for a further 2 years in total. Due to the size of the estate and number of buildings included in the testing, this tender has been split into two Lots to reduce any risk associated with delivery of the service with 1 supplier The supplier with the Most Economically Advantageous Tender (MEAT) will be awarded to each Lot however to mitigate any risk to University, UoE will not appoint the same supplier to both Lot 1 & Lot 2. In the event the same supplier wins both Lot 1 & 2, they will be awarded the geographical zone area which has the highest value attached to it (Lot 2). The second highest scoring supplier within Lot 1 will be awarded Lot 1. II.2.5) Award criteria Criteria below: Quality criterion: Quality / Weighting: 60 Price / Weighting:  40 II.2.6) Estimated value Value excluding VAT: 1 556 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 This contract is subject to renewal: Yes Description of renewals: 2 years with the option to extend for a further 2 in total (2 + 1 + 1) II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 6 Objective criteria for choosing the limited number of candidates: Lot 2 Peripheral rea This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process: Stage 1 - Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot, bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 of this Notice and are the same for all lots. b) Complete the scored ESPD Section 4C (Technical and Professional ability) found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 of this Notice and are the same for all lots. Section 4C will be scored as per the scoring methodology detailed below. The six highest scoring bidders, who score 50 percent and above, will be invited to submit a tender. Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. Objective Criteria for Shortlisting - ESPD 4C question scoring methodology: 0 ??? Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 ??? Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 ??? Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 ??? Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 ??? Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. Scored ESPD Section 4C question weighting: 4C.1.2 Experience Statement 1(45 percent) 4C.1.2 Experience Statement 2 (For Info only) 4C.2 Technical Bodies Statement 1 (10 percent) 4C.2 technical Bodies Statement 2 (10 percent) 4C.3 Technical Facilities (15 percent) 4C.7 Environmental Management Statement 1 (5 percent) 4C.7 Environmental Management Statement 2 (5 percent) 4C.9 Technical Equipment (10 percent) II.2.10) Information about variants Variants will be accepted: No 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 II.2.14) Additional information Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Section III: Legal, economic, financial and technical information III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions: For each lot: ESPD 4A.2 Statement. Bidders must confirm if they hold membership of LEIA (Lift Escalator Industries Association) or equivalent. III.1.2) Economic and financial standing List and brief description of selection criteria: ESPD 4B.1.1 Statement Bidders will be required to have the following minimum ???general??? yearly turnover for the last [3] years: Lot 1: 1120000 GBP Lot 2: 1556000 GBP ESPD 4B.3 Statement 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/started trading. ESPD 4B.5.1 Statement For all lots, 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 = 10000000 GBP Public Liability Insurance = 10000000 GBP Professional Indemnity Insurance = 5000000 GBP http://www.hse.gov.uk/pubns/hse40.pdf ESPD 4B.6 Statement 1 Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract. ESPD 4B.6 Statement 2 Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: - Current Ratio - Quick Ratio - Debtors Turnover Ratio - Return on Assets - Working Capital - Debt to Equity Ratio - Gross Profit Ratio A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability. III.1.3) Technical and professional ability List and brief description of selection criteria: For all Lots: ESPD 4C.1.2 Statement 1 Bidders will be required to provide three examples of services carried out during the past three years that demonstrate that you have experience to deliver the services described in the OJEU Contract Notice which are similar in value and complexity of estate. Examples should demonstrate experience of both planned and reactive maintenance. Bidders examples should include but are not limited to the following details in their service provision examples: - Detailed description of the service (including detail of whether the service was planned or reactive) - Value of the contract/service - Contract period - Complexity of estate managed - Details of multi/complex stakeholder engagement - Contact details of a reference (this may be used for information purposes only) ESPD 4C.1.2 Statement 2 For information only ??? Community benefits requirements will be included in this contract. Please indicate your experience in delivering additional social, economic, or environmental community benefits in the performance of similar previous contracts, including information about how you achieved these commitments. Please also indicate any of the following University priority areas that your organisation would be interested in or have the capacity to pursue as community benefits in addition to the main purpose of your contract. ESPD 4C.2 Statement 1 Bidders are required to demonstrate that they have the relevant qualifications, continued professional development and competence within their team, to deliver contracts similar in size and complexity to this contract. Your response should include information about how Lift Engineers and Account Managers are developed and supported in their role. ESPD 4C.2 Statement 2 Describe your experience of your recent health and safety performance over the last 3 years, including numbers of accidents and cases of ill health have you had and any action the HSE has taken against you. Please also detail what provisions were put in place as a result of any incidents. ESPD 4C.3 Statement 1 Please provide an example Service Level Agreement (SLA) which your organisation commits to with other customers which includes the following as a minimum (this list is not exhaustive); response times to breakdowns, handling of complaints, issuing quotes. Please describe how you ensure you meet those levels through training, recruitment, communication etc. Bidders will be evaluated on the practices they have in place to ensure they meet the SLA example provided. ESPD 4C.7 Statement 1 Bidders are required to provide details of their current environmental management measures with regards to the disposal of waste including any hazardous materials, when performing a contract. ESPD 4C.7 Statement 2 Bidders are required to provide details of their current environmental management measures with regards to reducing their carbon impact. ESPD 4C.9 Statement 1 Bidders are required to provide details of how they manage reporting with other customers including details of any digital portal. Your response should include a reporting tree. Please provide detail of what measures are in place to ensure reporting is completed on time and to a high standard. Minimum level(s) of standards required: For all lots: ESPD 4D.1 1st Statement Quality Management. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). ESPD 4D.1 2nd Statement Health and Safety. 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, in 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. ESPD 4D1.1 1st Statement Quality Management. If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. ESPD 4D1.1 2nd Statement Health and Safety. If the bidder does not hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, in 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, then the bidder must have the following: A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company???s responsibilities of H&S management and compliance with legislation. NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement. ESPD 4D.2 Statement 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 ESPD 4D.2.1 Statement If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following: A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder???s environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
III.2) Conditions related to the contract
III.2.1) Information about a particular profession III.2.2) Contract performance conditions As detailed within the ITT documentation.
Section IV: Procedure IV.1) Description
IV.1.1) Type of procedure Restricted 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.2.2) Time limit for receipt of tenders or requests to participate Date: 08/02/2018 Local time: 12:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 28/03/2018 IV.2.4) Languages in which tenders or requests to participate may be submitted EN
Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: No VI.3) Additional information NOTE: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in ESPD section 3D). Without prejudice to any relevant obligations, suppliers should note that this includes obligations for certain organisations under: -the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN) -the Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 9801. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: The University intends to work in partnership with the Qualified Bidder(s) to identify robust, relevant and proportionate community benefits, which are intended to improve the economic, social or environmental wellbeing of Edinburgh city, the region and beyond. Such community benefits will need to support the vision and mission of the University of Edinburgh. The vision and mission of the University of Edinburgh can be found under the following link: http://www.ed.ac.uk/governance-strategic-planning/strategic-planning/strategic-plan/vision-and-mission. Accordingly, community benefits will take the form of contractual performance requirements in addition to the main purpose of the contract. Details will be included within the ITT documentation and bidders will be asked at ESPD stage (for information only) of previous examples. (SC Ref:521831) VI.4) Procedures for review
VI.4.1) Review body


원본 URL: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304891