Servicios - 471655-2019

Submission deadline has been amended by:  531089-2019
08/10/2019    S194

Reino Unido-Edimburgo: Servicios de gestión de edificios e instalaciones

2019/S 194-471655

Anuncio de licitación

Servicios

Base jurídica:
Directiva 2014/24/UE

Apartado I: Poder adjudicador

I.1)Nombre y direcciones
Nombre oficial: The City of Edinburgh Council
Dirección postal: Waverley Court, 4 East Market Street
Localidad: Edinburgh
Código NUTS: UKM75 Edinburgh, City of
Código postal: EH8 8BG
País: Reino Unido
Persona de contacto: Kelly Faulds
Correo electrónico: kelly.faulds@edinburgh.gov.uk
Teléfono: +44 1315293415
Direcciones de internet:
Dirección principal: http://www.edinburgh.gov.uk
Dirección del perfil de comprador: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3)Comunicación
Acceso libre, directo, completo y gratuito a los pliegos de la contratación, en: www.publiccontractsscotland.gov.uk
Puede obtenerse más información en la dirección mencionada arriba
Las ofertas o solicitudes de participación deben enviarse por vía electrónica a: www.publiccontractsscotland.gov.uk
La comunicación electrónica exige que se utilicen herramientas y dispositivos no disponibles de forma general. Es posible acceder de forma libre, directa, completa y gratuita a estas herramientas y dispositivos, en: www.publiccontractsscotland.gov.uk
I.4)Tipo de poder adjudicador
Autoridad regional o local
I.5)Principal actividad
Servicios públicos generales

Apartado II: Objeto

II.1)Ámbito de la contratación
II.1.1)Denominación:

Hard Facilities Management Services Delivery Partners

Número de referencia: CT2247
II.1.2)Código CPV principal
79993000 Servicios de gestión de edificios e instalaciones
II.1.3)Tipo de contrato
Servicios
II.1.4)Breve descripción:

The City of Edinburgh Council is seeking to appoint up to two Hard FM Services Delivery Partners for the delivery of Hard FM Services. The contract period will be for 7 years with the option to extend mutually for a further period of 3 years. The contract value is estimated at 100m GBP - 180m GBP over the 10-year duration. Each partner will be responsible for performing Hard FM Services for planned, reactive and small project works in the Council’s non-domestic operational estate in an allocated geographical area of the City.

II.1.5)Valor total estimado
II.1.6)Información relativa a los lotes
El contrato está dividido en lotes: no
II.2)Descripción
II.2.2)Código(s) CPV adicional(es)
79993000 Servicios de gestión de edificios e instalaciones
79993100 Servicios de gestión de instalaciones
45210000 Trabajos de construcción de inmuebles
45262700 Trabajos de transformación de edificios
50700000 Servicios de reparación y mantenimiento de equipos de edificios
50710000 Servicios de reparación y mantenimiento de equipos eléctricos y mecánicos de edificios
71315000 Instalaciones técnicas de edificios
II.2.3)Lugar de ejecución
Código NUTS: UKM75 Edinburgh, City of
II.2.4)Descripción del contrato:

The City of Edinburgh Council is seeking to appoint up to two Hard Facilities Management (FM) Services Delivery Partners for the delivery of Hard FM Services. The contract period will be for 7 years with the option to extend mutually for a further period of 3 years. The contract value is estimated at GBP100m - GBP180m over the 10-year duration. Each partner will be responsible for performing Hard FM Services for planned, reactive and small project works in the Council’s non-domestic operational estate in an allocated geographical area of the City.

The Hard FM Services will cover planned and reactive maintenance, statutory compliance, minor works and area wide specific programmes. The scope includes, but is not limited to:

Fabric elements, including: roofs and roof drainage, floors and floor finishes, stairs, ceilings, external and internal doors, external walls and finishes, windows, internal walls/ partitions and finishes, external pipework, sanitary services, fixtures and fittings, plumbing, signage, fixed furniture and fittings, external circulation routes including playgrounds and hardstandings, external furniture, external drainage, external signage, and boundary walls, fences and gates;

Mechanical & Electrical elements: heating and domestic hot water boilers, oil fired boilers, gas fired boilers, chimney sweeping, feed/ expansion tanks, induced draught fans, combustion air paths, oil storage tanks, boiler efficiency testing, gas fires, heating systems, ventilation inspections, battery operated smoke detectors, AC equipment, smoke vent systems, extraction units, air handling units, air conditioning units, catering equipment, deep cleaning of kitchen canopies and extract ductwork, refrigeration, pressurised hot water plant, distribution boards, electrical fixed wire testing, portable appliance testing, general lighting, lighting rigs, emergency lighting, standby generators, battery equipment, alternators, fire fighting equipment, fire blankets, carbon monoxide sensors, defibrillators, lightning protection, automated doors, mansafe systems, access control systems; and lifts and escalators

Further information on the scope of services can be found in the ESPD Instruction Document attached to this Contract Notice.

II.2.5)Criterios de adjudicación
los criterios enumerados a continuación
Criterio de calidad - Nombre: Quality / Ponderación: 60
Criterio relativo al coste - Nombre: Price / Ponderación: 40
II.2.6)Valor estimado
Valor IVA excluido: 140 000 000.00 GBP
II.2.7)Duración del contrato, acuerdo marco o sistema dinámico de adquisición
Duración en meses: 120
Este contrato podrá ser renovado: sí
Descripción de las renovaciones:

The contract period will be for 7 years with the option to extend mutually for a further period of 3 years.

II.2.9)Información sobre la limitación del número de candidatos a los que se invitará
Número mínimo previsto: 5
Criterios objetivos aplicables a la selección del número limitado de candidatos:

Please see information in the ESPD Instruction Document.

II.2.10)Información sobre las variantes
Se aceptarán variantes: no
II.2.11)Información sobre las opciones
Opciones: no
II.2.13)Información sobre fondos de la Unión Europea
El contrato se refiere a un proyecto o programa financiado con fondos de la Unión Europea: no
II.2.14)Información adicional

Apartado III: Información de carácter jurídico, económico, financiero y técnico

III.1)Condiciones de participación
III.1.1)Habilitación para ejercer la actividad profesional, incluidos los requisitos relativos a la inscripción en un registro profesional o mercantil
Lista y breve descripción de las condiciones:

Part II: Section D - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 71 of The Public Contracts (Scotland) Regulations 2015.

Part III: Section A, B, C & D - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 and 71 of The Public Contracts (Scotland) Regulations 2015.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Bidders are required to have a minimum “Hard Facilities Management Services” annual turnover of GBP12.5m for the last two financial years. Where a Bidder does not have an annual turnover of this value, the Council may exclude the Bidder from the competition or may apply discretion seeking supporting evidence to determine the Bidder’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:

Current ratio for Current Year: >1.20

Current ratio for Prior Year: >1.20

The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.20. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Questions 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

— Employers (Compulsory) Liability Insurance - 10m GBP,

— Public Liability Insurance - 5m GBP,

— Contractors All Risk Insurance - 250 000 GBP.

Where a Tenderer does not hold, or commit to obtaining the types and levels of insurance indicated, the Council may exclude the Tenderer from the competition.

The weighted and mandatory selection criteria can be located in the ESPD Instruction document.

III.1.2)Situación económica y financiera
Criterios de selección indicados en los pliegos de la contratación
III.1.3)Capacidad técnica y profesional
Criterios de selección indicados en los pliegos de la contratación
III.2)Condiciones relativas al contrato
III.2.2)Condiciones de ejecución del contrato:

Please see procurement documents

III.2.3)Información sobre el personal encargado de la ejecución del contrato
Obligación de indicar los nombres y cualificaciones profesionales del personal asignado a la ejecución del contrato

Apartado IV: Procedimiento

IV.1)Descripción
IV.1.1)Tipo de procedimiento
Procedimiento de licitación con negociación
IV.1.3)Información sobre un acuerdo marco o un sistema dinámico de adquisición
IV.1.5)Información sobre la negociación
El poder adjudicador se reserva el derecho de adjudicar el contrato sobre la base de las ofertas iniciales sin negociación
IV.1.8)Información acerca del Acuerdo sobre Contratación Pública
El contrato está cubierto por el Acuerdo sobre Contratación Pública: sí
IV.2)Información administrativa
IV.2.1)Publicación anterior referente al presente procedimiento
Número de anuncio en el DO S: 2019/S 107-261202
IV.2.2)Plazo para la recepción de ofertas o solicitudes de participación
Fecha: 08/11/2019
Hora local: 12:00
IV.2.3)Fecha estimada de envío a los candidatos seleccionados de las invitaciones a licitar o a participar
Fecha: 27/11/2019
IV.2.4)Lenguas en que pueden presentarse las ofertas o las solicitudes de participación:
Inglés

Apartado VI: Información complementaria

VI.1)Información sobre la periodicidad
Se trata de contratos periódicos: sí
Calendario estimado para la publicación de futuros anuncios:

October 2026

VI.2)Información sobre flujos de trabajo electrónicos
Se utilizará el pedido electrónico
Se aceptará la facturación electrónica
Se utilizará el pago electrónico
VI.3)Información adicional:

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=599838.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The Council aims to maximise the social, economic and environmental benefits from its procurement (known as ‘Community Benefits’) by incorporating Community Benefit clauses within its contracts. These benefits are delivered by suppliers in addition to meeting the core requirements of the contract.

Types of community benefits which the Council would like to include within this contract may include, but are not limited to:

— targeted recruitment and training e.g. jobs, training, work experience, job shadowing opportunities, apprenticeships for young persons and unemployed individuals,

— supported employment for people with disabilities or other disadvantaged groups,

— promotion of job opportunities through local agencies,

— training for existing workforce, particularly in relation to traditional skills such as stone masonry, leadwork and slating,

— mentoring – suppliers offering support and guidance to local organisations and individuals,

— suppliers using community venues and other community services,

— promotion of certain supply chain subcontractors (Small to Medium Enterprises, enterprises, supported businesses, Third Sector Organisations),

— the staff of suppliers undertaking volunteering within communities,

— community enhancement - resources provided for community facilities (e.g. playgrounds, habitat enhancements, environmental improvements) and initiatives (e.g. energy efficiency),

— outreach and education opportunities within the community to those associated with or impacted by the types of service provided e.g. promoting careers in construction and trades or care and support to local schools,

— sponsorship of local organisations,

— community consultation, engagement and strengthening of community relations,

— equal opportunities in terms of the supplier’s staffing and access to services.

(SC Ref:599838)

VI.4)Procedimientos de recurso
VI.4.1)Órgano competente para los procedimientos de recurso
Nombre oficial: The City of Edinburgh Council
Dirección postal: Waverley Court, 4 East Market Street
Localidad: Edinburgh
Código postal: EH8 8BG
País: Reino Unido
Teléfono: +44 1314693922
Dirección de internet: http://www.edinburgh.gov.uk
VI.4.3)Procedimiento de recurso
Información precisa sobre el plazo o los plazos de recurso:

A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.

VI.5)Fecha de envío del presente anuncio:
04/10/2019