Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Contact
Shelly Kilgour
shelly.kilgour@scotland-excel.org.uk
Telephone
+44 1415484451
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
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.publiccontractsscotlandtender.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotlandtender.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
Access Control Annual Maintenance and Repair
Reference number
UOS-20194-2021
two.1.2) Main CPV code
- 50610000 - Repair and maintenance services of security equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Annual Maintenance contract of campus wide Access Control system. Including 1 service annually and all component parts of the EACS within each building shall be serviced at each visit. Central EACS hardware / software shall however receive 2 service visits per annum. Along with call-out response to faults with repairs that can include system installation / replacement / upgrading works.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50610000 - Repair and maintenance services of security equipment
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
McCance Building, 16 Richmond Street, Glasgow, G1 1XQ
two.2.4) Description of the procurement
Annual Maintenance contract of campus wide Access Control system. Including 1 service annually and all component parts of the EACS within each building shall be serviced at each visit. Central EACS hardware / software shall however receive 2 service visits per annum. Along with call-out response to faults with repairs that can include system installation / replacement / upgrading works.
two.2.5) Award criteria
Quality criterion - Name: Technical Assessment / Weighting: 60
Price - Weighting: 40
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
Initial two-year term with an option to extend up to two additional 12 month periods. It is anticipated and at the sole discretion of the University, that they may align the next generation of this contract with their financial year which starts on 1 Aug each year. So, the last extension may accommodate this by being only 11 months in duration.
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
two.2.14) 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.
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
Accreditation to one or more of the following is required:
NSI Gold
BSIA
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD 4B.1.2 The Bidder should provide its average yearly turnover
SPD 4B.5.1 The Bidder confirms they already have or can commit to obtain prior to the commencement of the contract, the levels of insurance listed
SPD 4C.1.2 For public supply and public service contracts only, please provide relevant examples of supplies and/or services carried out during the last three years
SPD 4C.6 The following educational and professional qualifications are held by the service provider or the contractor itself
SPD 4C.10 Maintenance and inspection services under the contract should not be sub-contracted. Sub-contractors may be called upon for remedial works and installations if required. The form of sub-contractor collateral warranties will be required to be provided at the time of services if subcontracting is required. UoS reserves the right to exclude any tenderer who does not meet the above requirements.
SPD 4D.1 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons?
SPD 4D.2 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards?
Minimum level(s) of standards possibly required
SPD 4B.1.2 The bidder will be required to have an average yearly turnover of a minimum of 600,000 GBP for the last 2 years.
SPD 4B.5.1 It is a requirement of this contract that Tenderers hold, or can commit to obtain prior to the start date of the contract, the types and levels of insurance indicated below:
Professional Risk Indemnity: Maintain a minimum indemnity limit of GBP 2 million in respect of each claim, and without limit to the number of claims.
Employer's (Compulsory) Liability: Maintain a minimum indemnity limit of GBP 5 million in respect of each claim, and without limit to the number of claims.
Public Liability: Maintain a minimum indemnity limit of GBP 5 million in respect of each claim, and without limit to the number of claims.
Product Liability: Maintain a minimum indemnity limit of GBP 5 million in the aggregate.
SPD 4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
SPD 4C.6 Accreditation to one or more of the following is required: NSI Gold +/or BSIA
SPD 4C.10 Please provide details of the proportion (i.e percentage) of the contract that you intend to subcontract:
SPD 4D.1 UKAS (or equivalent) certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR their own documented policy.
UKAS (or equivalent) certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) OR within the last 12 months, met the requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR their own documented policy. Full detail provided within the document "Appendix M - Contract Notice Additional Information" available within the ITT on PCS-Tender (PCS-T).
SPD 4D.2 UKAS (or equivalent) certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) OR a valid EMAS (or equivalent) certificate OR their own documented policy. Full detail provided within the document "Appendix M - Contract Notice Additional Information" available within the ITT on PCS-Tender (PCS-T).
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.6 The following educational and professional qualifications are held by the service provider or the contractor itself:
Minimum level(s) of standards possibly required
Accreditation to one or more of the following is required:
NSI Gold
BSIA
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The technical lead will be responsible for the day-to-day management of the contract. They will be responsible for communication with the supplier and ensuring appropriate risk and contract management will be undertaken throughout the duration of the contract. KPI’s will address measurable deliverables such as repair response times, adherence to maintenance schedules, timely delivery of required refresher training courses and detailed drawings provided for any new fittings.
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-008762
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 June 2021
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 June 2021
Local time
12:00pm
Place
McCance Builing,16 Richmond Street, Glasgow, G1 1XQ
Information about authorised persons and opening procedure
All tenders will be opened in a secure location and witnessed by members of the corporate procurement team
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 18681. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18681. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community benefits are voluntary in this requirement, your participation is sought within the ITT and does not form part of the tender evaluation criteria.
(SC Ref:653982)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland)Regulations 2015 (SSI 2015/446), as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.