Tender

Fume Cupboard Replacement and Upgrade - Glasgow Caledonian University (GCU)

  • GCU

F02: Contract notice

Notice identifier: 2022/S 000-007334

Procurement identifier (OCID): ocds-h6vhtk-032340

Published 17 March 2022, 3:45pm



Section one: Contracting authority

one.1) Name and addresses

GCU

70 Cowcaddens Road

Glasgow

G4 0BA

Contact

Leanne Irvine

Email

Leanne.Irvine@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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.publiccontractsscotland.gov.uk

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

Fume Cupboard Replacement and Upgrade - Glasgow Caledonian University (GCU)

Reference number

GC - FM - 2022 - 03

two.1.2) Main CPV code

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.1.3) Type of contract

Supplies

two.1.4) Short description

Fume cupboard supply, removal and installation

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

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 University is seeking Contractor(s) for Fume Cupboard Replacements and Upgrade for the George Moore Building. There are currently 28 fume cupboards spread across 8 laboratories. These cupboards and the extract systems are circa 25 years old and are no longer fit for purpose.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

6

This contract is subject to renewal

No

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.1.2) Economic and financial standing

List and brief description of selection criteria

List and brief description of selection criteria:

With reference to SPD question 4B.5, 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;

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

-Employer's (Compulsory) Liability Insurance = 5 Million GBP

-Public Liability Insurance = 5 Million GBP

With reference to SPD question 4B.6 - The successful bidder will be required to provide 2 years audited accounts, or equivalent prior to Contract award, or confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format

Minimum level(s) of standards required:

- Employer's (Compulsory) Liability Insurance = 5 Million GBP

- Professional Liability Insurance = 1 Million GBP

- 2 years audited accounts, or equivalent prior to Contract award, or confirm in

their tender submission the publicly accessible, free, online location of

accounts if available in such a format

Minimum level(s) of standards possibly required

List and brief description of selection criteria:

With reference to SPD question 4B.5, 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;

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

-Employer's (Compulsory) Liability Insurance = 5 Million GBP

-Public Liability Insurance = 5 Million GBP

With reference to SPD question 4B.6 - The successful bidder will be required to provide 2 years audited accounts, or equivalent prior to Contract award, or confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format

Minimum level(s) of standards required:

- Employer's (Compulsory) Liability Insurance = 5 Million GBP

- Professional Liability Insurance = 1 Million GBP

- 2 years audited accounts, or equivalent prior to Contract award, or confirm in

their tender submission the publicly accessible, free, online location of

accounts if available in such a format

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

19 April 2022

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

19 April 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 43694. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:687348)

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