Tender

Contract for the provision of Measured Terms Services to SRUC

  • SRUC

F02: Contract notice

Notice identifier: 2025/S 000-008741

Procurement identifier (OCID): ocds-h6vhtk-04eb8d (view related notices)

Published 11 March 2025, 2:05pm



The closing date and time has been changed to:

23 May 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

SRUC

Peter Wilson Building , Kings Buildings West Mains Road

Edinburgh

EH9 3JG

Contact

Claire Lorimer

Email

claire.lorimer@sruc.ac.uk

Telephone

+44 01334658869

Fax

+44 01315354314

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.sruc.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00021

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.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

Contract for the provision of Measured Terms Services to SRUC

Reference number

20448/CL

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

SRUC are seeking suitably qualified contractors to deliver a new maintenance operational delivery model which will see all maintenance activities transfer over to a multi-trade contractor(s) based on a measured term contract (MTC) basis. The contract will be procured in 3 lots (North, Central & South West) with contractors bidding for one, two or all three of the contracts. The MTC is designed to optimise high levels of service delivery as well as ensuring on-going statutory compliance, whilst providing increased value for money.

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

SRUC intends to appoint a minimum of one and a maximum of three Suppliers'.

two.2) Description

two.2.1) Title

LOT 2 Central: Kings Buildings & Oatridge

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Kings Buildings & Oatridge Campuses

two.2.4) Description of the procurement

Maintenance requirements include planned, reactive and minor work projects.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Contract is for a period of 4 years with the possibility of 3 annual extensions and shall terminate in accordance with the provisions under the NEC4 Facilities Management Contract (FMC).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It is intended that other properties within SRUC’s estate will be added to the contract once it has settled in.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

LOT 3 South West: Auchincruive & Barony

Lot No

3

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Auchincruive & Barony Campuses

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Contract is for a period of 4 years with the possibility of 3 annual extensions and shall terminate in accordance with the provisions under the NEC4 Facilities Management Contract (FMC).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It is intended that other properties within SRUC’s estate will be added to the contract once it has settled in.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

LOT 1 North: Craibstone & Elmwood

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM5 - North Eastern Scotland
Main site or place of performance

Craibstone & Elmwood Campuses

two.2.4) Description of the procurement

Maintenance requirements include planned, reactive and minor work projects.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Contract is for a period of 4 years with the possibility of 3 annual extensions and shall terminate in accordance with the provisions under the NEC4 Facilities Management Contract (FMC).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It is intended that other properties within SRUC’s estate will be added to the contract once it has settled in.

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

The relevant criteria or statements are included within the SPD module and section 9 of the ITT.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated within the procurement documents.


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

Originally published as:

Date

2 May 2025

Local time

12:00pm

Changed to:

Date

23 May 2025

Local time

12:00pm

See the change notice.

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 May 2025

Local time

12:00pm

Place

Cupar, Fife

Information about authorised persons and opening procedure

Claire Lorimer, Procurement Manager


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2032

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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=732434.

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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

The Contractor will work with SRUC to deliver community benefits or social value where they are identifiable throughout the term of the Contract. The SRUC is interested in measures that the Contractor propose to take to encourage:

* The targeted recruitment and training of New Entrants, the long-term unemployed and those further from the job market (by way of apprenticeships, work placements, university and college student internships, work experience etc);

* Educational benefits to communities, including working closely with educational establishments and community groups to maximise educational opportunities that arise through performance of the Contract, increasing awareness, skills and digital accessibility;

* Awareness of opportunities, either in a prime or sub-contracting role, for small to medium (SME) sized businesses and social enterprises. This should include opportunities for organisations with expertise in:

* Provision of the Requirement

* Service Delivery

*End of life management, promoting re-use, re-manufacture and recycling.

SRUC will work with The Contractor to voluntarily go beyond contractual requirements and the minimum legal requirements in pursuit of environmental and social objectives in their daily business operations.

The Contractor should have policies or plans in place to cover Community Benefits, social and equality targets / requirements.

A summary of example community benefits has been provided:

Where spend through the Contract is over 500000 GBP per annum

* Opportunities to employ local staff;

* Training, work experience or apprenticeships for the local community / students;

* Prime or sub-contracting role for small to medium (SME) sized businesses and social enterprises;

* Engagement with supported Businesses or local Charity.

(SC Ref:732434)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=732434

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom