이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[영국] Building Management Systems (BMS) Maintenance and Repair
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2018.03.27
원본


공고명: Building Management Systems (BMS) Maintenance and Repair

게시일: 2018/03/08

마감일: 2020/09/04

수행지역: 영국

카테고리: 31 - 제조부품


공고내용


Contract notice Directive 2014/24/EU - Public Sector Directive Section I: Contracting authority I.1) Name and addresses
Glasgow Life (Culture & Sport Glasgow) 220 High Street Glasgow G4 0QW UK Contact person: Joyce Caldwell Telephone: +44 1412875889 E-mail: joyce.caldwell@glasgowlife.org.uk NUTS: UK Internet address(es) Main address: www.glasgowlife.org.uk Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287
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: www.publictendersscotland.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: www.publictendersscotland.publiccontractsscotland.gov.uk I.4) Type of the contracting authority Body governed by public law I.5) Main activity General public services Section II: Object II.1) Scope of the procurement
II.1.1) Title Building Management Systems (BMS) Maintenance and Repair Reference number: CSG004254 II.1.2) Main CPV code 79993000  II.1.3) Type of contract Services II.1.4) Short description Glasgow Life are seeking a competent and experienced supplier to deliver the maintenance of the BMS in a number of our sites. II.1.6) Information about lots This contract is divided into lots: No
II.2) Description

II.2.3) Place of performance NUTS code: UK Main site or place of performance: Glasgow Life facilities II.2.4) Description of the procurement Glasgow Life are seeking a competent and experienced supplier to carry out the maintenance and repair of the BMS within a number of our sites. II.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: Yes Description of renewals: A further 24 months II.2.9) Information about the limits on the number of candidates to be invited 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 they are in 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.1.2) Economic and financial standing List and brief description of selection criteria: Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects Minimum Turnover, Trading Performance and Balance Sheet Strength. Financial requirements should be calculated on latest filed accounts with Company House. Minimum Turnover Minimum Turnover to be equivilant to value of contract. Trading Performance Ratio An overall positive outcome on pre tax profit to Turnover over a 3 year period Exceptional items can be excluded from the calculation. Balance Sheet Strength Net worth of the organisation must be positive Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Minimum level(s) of standards required: Employer's (Compulsory) Liability Insurance = 10mGBP Public Liability Insurance = 5mGBP Professional Indemnity Insurance = 5mGBP III.1.3) Technical and professional ability List and brief description of selection criteria: With reference to the ESPD question 4C.1.2, bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the service as described in part II.2.4 of the OJEU Contract Notice Bidders must score no less than 60% of the marks available for the question above based upon the scoring guidance shown in the ITT
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Section IV: Procedure IV.1) Description
IV.1.1) Type of procedure Open 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: 09/04/2018 Local time: 12:00 IV.2.4) Languages in which tenders or requests to participate may be submitted EN IV.2.7) Conditions for opening of tenders Date: 09/04/2018 Local time: 12:00
Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: No VI.3) Additional information www.glasgow.gov.uk/index.aspx?articleid=19621 Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates or comply with the questions noted in ESPD 4D attached at https://www.glasgow.gov.uk/index.aspx?articleid=19621 Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish Glasgow Life to consider withholding is specifically indicated on the FOI Certificate contained in the buyers attachments area within the PCS Tender portal (NB Glasgow Life does not bind itself to withhold this information). Tenderers Amendments - The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to this offer. Buyers will be required to complete the tenderers amendment certificate contained in the buyers attachment area within PCS Tender portal. Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to Glasgow Life's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Buyers will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal. Bidders will be required to complete the Non-Collusion certificate cont


원본 URL: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR312314