Section one: Contracting authority
one.1) Name and addresses
Glasgow Caledonian University
70 Cowcaddens Road
Glasgow
G4 0BA
Contact
Craig Martin
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Telephone
+44 1414298888
Country
United Kingdom