Tender

Provision of Electrical Services - Campus Wide (GCU)

  • Glasgow Caledonian University

F02: Contract notice

Notice identifier: 2023/S 000-006836

Procurement identifier (OCID): ocds-h6vhtk-03b0c0

Published 9 March 2023, 8:37am



Section one: Contracting authority

one.1) Name and addresses

Glasgow Caledonian University

70 Cowcaddens Road

Glasgow

G4 0BA

Contact

Craig Martin

Email

procurement@gcu.ac.uk

Telephone

+44 1413313578

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.gcu.ac.uk/procurement

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00195

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Electrical Services - Campus Wide (GCU)

Reference number

GC-FM-2023-01

two.1.2) Main CPV code

  • 50116100 - Electrical-system repair services

two.1.3) Type of contract

Services

two.1.4) Short description

The University is seeking Contractor(s) for The Provision of Electrical Services – Campus Wide. The services required will include the planned preventative maintenance and reactive repair for the wide variety of electrical services across the campus. The requirement will also include the provision of minor and project works for the alteration and installation of electrical services.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 50711000 - Repair and maintenance services of electrical building installations

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow Caledonian University

two.2.4) Description of the procurement

The aim of this requirement is to ensure the safe and efficient operation of Electrical Services for the benefit of staff and students in Glasgow Caledonian University.

Glasgow Caledonian University operates a Planned Preventative Maintenance (PPM) and reactive system for the inspection, testing and repair of all Electrical services in the Glasgow Caledonian University, Glasgow Campus. The successful tenderer will undertake the works as instructed via the CAFM system on a regular basis. The objective of the PPM/Reactive system is the provision of the safe, effective and efficient operation of all Electrical systems.

The requirement also includes the provision of minor and project works for the alteration and installation of electrical services.

two.2.5) Award criteria

Quality criterion - Name: Summary Report / Weighting: 15

Quality criterion - Name: Key Personnel / Weighting: 15

Quality criterion - Name: Staff Training / Weighting: 10

Quality criterion - Name: Risk Assessment & Method Statement / Weighting: 10

Quality criterion - Name: Health & Safety / Weighting: 10

Quality criterion - Name: Responsible Procurement - Environmental / Weighting: 5

Quality criterion - Name: Responsible Procurement - Fair Working Practices / Weighting: 5

Price - Weighting: 30

two.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

The University reserves the right to extend the Contract for a further 2x12 months subject to satisfactory performance and continued University requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Electricians provided to the University by the contractor must be registered with the Construction Skills Certification Scheme (CSCS), or equivalent.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Insurances

Audited Accounts

Minimum level(s) of standards possibly required

Bidders must confirm they can provide the following supporting evidence prior to award:

- Employer's (Compulsory) Liability Insurance = 10 Million GBP

- Public Liability Insurance = 5 Million GBP

- Professional Liability Insurance = 5 Million GBP

Please refer to question within 4B.6 of the SPD and Economic and Financial Standing section of the Contract Notice.

The successful Contractor will be required to provide 2 years audited accounts, or equivalent, if awarded to the Contract.

three.1.3) Technical and professional ability

List and brief description of selection criteria

City & Guilds NVQ

BS7671 18th Edition

SELECT, NICEIC, NAPIT

Asbestos Awareness

Waste Disposal Procedures

Minimum level(s) of standards possibly required

A minimum qualification requirement is time served tradesmen with City & Guilds NVQ Level 3 Electrical Skills and suitable training in BS7671 Wiring Regulations - 18th Edition.

The Level 3 City & Guilds NVQ Level 3 Electrical Skills is more suited to those who have already completed Level 2 or for someone who has prior knowledge and experience of the Electrical industry and who can work with minimum supervision.

A minimum qualification requirement is that the contractor must be registered with SELECT, NICEIC, NAPIT, or equivalent.

Training in following subjects must have been undertaken within the past year:

- Asbestos Awareness;

- Waste disposal procedures

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 April 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

11 April 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The next publication will occur when this contract is due to expire.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) 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.

The successful bidder must confirm that they comply with the requirements of the Modern Slavery Act 2015.

Please refer to Part III Section D Selection Criteria: Questions within 3D.2 of the SPD

Form of Tender

Please complete “Appendix A – Form of Tender” in the Technical Questionnaire on PCS-T.

This Form of Tender is mandatory and is required to be submitted with the tender. Failure to submit this form will result in elimination from the procurement exercise. It is for information only and will not be scored.

9. Sub-Contractors

Please complete “Appendix C – List of Sub-Contractors” if applicable in the Technical Questionnaire in PCS-Tender.

This information should only be submitted prior to award if applicable. It is for information only and will not be scored.

Freedom of Information

Please complete “Appendix D – Freedom of Information” if applicable in the Technical Questionnaire in PCS-Tender.

This information should only be submitted prior to award if applicable. It is for information only and will not be scored.

Sustain Supply Chain Code of Conduct

Please complete “Appendix E – Sustain Supply Chain Code of Conduct” in the Technical Questionnaire in PCS-Tender.

This information should be submitted prior to award. It is for information only and will not be scored.

Anti-Bribery Policy

Please complete “Appendix F – Anti-Bribery Policy” in the Technical Questionnaire in PCS-Tender.

This form is mandatory and requires submitted with the tender. Failure to submit this form will result in elimination from the procurement exercise. It is for information only and shall not be scored.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23628. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23628. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:724571)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

procurement@gcu.ac.uk

Telephone

+44 1414298888

Country

United Kingdom