Tender

The Provision of Repair and Maintenance to the Existing Building Management System - Glasgow Caledonian University (GCU)

  • Glasgow Caledonian University

F02: Contract notice

Notice identifier: 2022/S 000-007382

Procurement identifier (OCID): ocds-h6vhtk-032370

Published 18 March 2022, 8:48am



Section one: Contracting authority

one.1) Name and addresses

Glasgow Caledonian University

Cowcaddens Road

Glasgow

G4 0BA

Contact

Leanne Irvine

Email

Leanne.Irvine@gcu.ac.uk

Telephone

+44 7951779960

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

https://www.gcu.ac.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43081

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

The Provision of Repair and Maintenance to the Existing Building Management System - Glasgow Caledonian University (GCU)

Reference number

GC - FM - 2022 - 02

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

The University is seeking Contractor(s) to provide the Maintenance and Repair of the existing Building Management System within its properties to ensure compliance with all relevant guidance legislation and the University Policy and Procedures. This includes the requirement to provide a 24 hour, 365 days per year helpdesk or equivalent type of service facility.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical 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 University is seeking Contractor(s) to provide the Maintenance and Repair of the existing Building Management System within its properties to ensure compliance with all relevant guidance legislation and the University Policy and Procedures. This includes the requirement to provide a 24 hour, 365 days per year helpdesk or equivalent type of service facility.

Full details of the GCU Trend Structure can be found on Appendix G

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

24 Months

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

With reference to SPD question 4A.1 we request that the bidder is enrolled in the relevant professional or trade registers kept in its country of establishment

three.1.2) Economic and financial standing

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

-Professional Liability Insurance = 1 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 possibly required

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

-Professional Liability Insurance = 1 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

three.1.3) Technical and professional ability

List and brief description of selection criteria

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.

With reference to SPD questions 1.18 3A to 1.79 4C, information provided for Part 3 and 4 will be assessed on a Pass/Fail basis, where:

PASS = meets requirements as stated in Contract Notice

FAIL = does not meet requirements as stated in Contract Notice

Form of Tender (Appendix A)

Tenderers must sign the "Form of Tender", which can be found in the attachments section of the tender , to confirm that their Tender Response is a complete, true and accurate submission.

Freedom of Information (Appendix D)

Please confirm that you will be in a position to complete "Freedom of Information" (if applicable) which can be found in the attachments section of the tender prior to award. It is for information only and will not be scored.

Sustain Supply Chain Code of Conduct (Appendix E)

In partnership with Institutions, the Authority has developed "Sustain Supply Chain Code of Conduct", which can be found in the attachments section of the tender. This document sets out the

Authority's expected standards for its supply chain in social, ethical and environmental compliance.. It is for information only and will not be scored.

GDPR Contractor Assessment Form (Appendix G)

Please confirm that you will be in a position to complete (prior to award) “GDPR Vendor Assessment Form” in the attachments section of the tender in PCS-Tender. This information must meet the GDPR requirements to ensure the Contractor a placement on the Framework Agreement.

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

20 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

20 April 2022

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: Will be retendered when contract expires

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

Please note all documents relating to this tender are available on

Public Contracts Scotland using ITT number 43307

(MT Ref:225741)

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

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit