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 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
Telephone
+44 1414298888
Country
United Kingdom