Tender

Provision of Air Conditioning/Comfort Cooling Plant Maintenance and Repair (GCU)

  • Glasgow Caledonian University

F02: Contract notice

Notice identifier: 2023/S 000-010003

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

Published 5 April 2023, 3:48pm



The closing date and time has been changed to:

9 May 2023, 12:00pm

See the change notice.

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 Air Conditioning/Comfort Cooling Plant Maintenance and Repair (GCU)

Reference number

GC-FM-2023-02

two.1.2) Main CPV code

  • 50730000 - Repair and maintenance services of cooler groups

two.1.3) Type of contract

Services

two.1.4) Short description

The University is seeking Contractor(s) for the Provision of Air Conditioning/Comfort Cooling Plant Maintenance and Repair.

two.1.5) Estimated total value

Value excluding VAT: £325,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45331200 - Ventilation and air-conditioning installation work

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

An outline of the service requirements are as follows:

Preparatory Works

This is deemed to include carrying out a detailed validation of the Asset Register (contained within Appendix B – Pricing Schedule) and assessment of the plant condition, including the updating of the Asset Register and the set up of a maintenance system whereby the service record of assets are systematically organised in accordance with statutory compliance.

Operation and Planned Preventative Maintenance Schedule

This is deemed to include the maintenance and monitoring of plant and equipment functioning, auditing of Operation and Planned Maintenance and Logbook system, and analysis and reporting of findings to the Estates/FM department representative.

Reactive Works

The Contractor must provide labour to attend reactive repairs or replacements both in normal working hours and out with normal working hours.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery - Methodology / Weighting: 15

Quality criterion - Name: Service Delivery - Resources / Weighting: 15

Quality criterion - Name: Service Delivery - Staff Training / Weighting: 12

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

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

Quality criterion - Name: Responsible Procurement - Health and Safety / Weighting: 5

Quality criterion - Name: Responsible Procurement - Fair Work Practices / Weighting: 3

Quality criterion - Name: Responsible Procurement - Community Benefits / Weighting: 2

Quality criterion - Name: Business Continuity / Weighting: 3

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 month periods (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

Engineers are to be in possession of a current valid ACRIB Ref/Air Con Tech/Engineer Skill Card (or equivalent) to demonstrate their compliance with the required legislation and H&S requirements.

The Contractor must be able to demonstrate that they are currently certified by an approved body to service stationary equipment containing F gas, such as Refcom, Bureau Veritas, or another equivalent body.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Proof of 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

Product Liability Insurance = 5 Million GBP

Professional Liability Insurance = 2 Million GBP

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

three.1.3) Technical and professional ability

List and brief description of selection criteria

Past relevant experience examples

Qualifications

Minimum level(s) of standards possibly required

The successful Contractor will be required to provide a minimum of three relevant examples of similar contracts in value and scope in a similar environment over the last 3 years.

The Contractor shall employ competent approved engineers who possess, at a minimum, an NVQ level 2 qualification such as Level 2 Diploma Refrigeration, Air Conditioning and Heat Pump Systems (7189-02), Level 2 NVQ Diploma in Installing and Maintaining Refrigeration Systems (6187-02), or Level 2 NVQ Diploma in Installing, Testing and Maintaining Air Conditioning and Heat Pump Systems (6187-01). Older qualifications will need to be supplemented with a Level 2 F Gas and ODS Regulations certificate.

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

Originally published as:

Date

8 May 2023

Local time

12:00pm

Changed to:

Date

9 May 2023

Local time

12:00pm

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

8 May 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 notice will be published 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.

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 – APUC Ltd 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 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 shall not be scored.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23757. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:725538)

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