Tender

PURCH2196 UNIVERSITY OF GLASGOW - CONSTRUCTION FRAMEWORK

  • University of Glasgow

F02: Contract notice

Notice identifier: 2023/S 000-012543

Procurement identifier (OCID): ocds-h6vhtk-03c5b3

Published 2 May 2023, 3:29pm



The closing date and time has been changed to:

23 June 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

University of Glasgow

Procurement Office, Tay House

Glasgow

G12 8QQ

Contact

Jennifer Bowles

Email

jennifer.bowles@glasgow.ac.uk

Fax

+44 0000000000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.gla.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00108

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://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

PURCH2196 UNIVERSITY OF GLASGOW - CONSTRUCTION FRAMEWORK

Reference number

PURCH2196

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

PURCH2196 UNIVERSITY OF GLASGOW - CONSTRUCTION FRAMEWORK.

The University is seeking to establish a strategic framework to support all services and works relating to all Lots detailed below for the E&CS Operations and Capital projects. It is anticipated that the contract to formally appoint Framework Partners will be based upon will NEC4 Contract Terms. It is anticipated that the contract to formally appoint Framework Partners will be based upon will NEC4, as well as equitable incentivisation.

Notwithstanding the framework lots having indicative value bands as detailed below and in the procurement documents, the University reserves the right to award a project higher or lower than the relative indicative value band where the size, scale and complexity of the projects means the University deems it is necessary, in terms of best value, technical compatibility and health and safety, to award the project within another lot.

The University’s Construction Framework will be up to a maximum of six years (2 years fixed period with the option of extending by 4 x 12 months periods).

Refer to Stage 1 tender documents available from Public Contracts Scotland.

Returns should be submitted via Public Contracts Scotland, no paper copies will be accepted. Should paper tenders be submitted, they will be rejected. Further to this any questions or communications regarding individual tender exercises must be sent via the Public Contracts Scotland Portal. Tender queries received through any other channel will not be answered. Should users of Public Contracts Scotland have any problems with the web site they should contact website Support Desk, contact details can be found by following the ‘Contact Us’ option on the left hand menu at http://www.publiccontractsscotland.gov.uk/default.aspx

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

two.2) Description

two.2.1) Title

PURCH2196 Construction and Maintenance - 0 - 500k GBP

Lot No

1

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

PURCH2196 Lot 1 - Construction and Maintenance (0 to 500k GBP).

Projects through this lot 1 will be focused on small scale, low complexity, operational and capital projects. It is envisaged that this lot will support a range of refurbishment and maintenance projects across the University. In addition, annual bundled projects may also be contracted through this lot covering areas such as MEP built environment projects, Residential Projects and Lab Projects. It is anticipated these projects will be on or around 0-500k GBP but may be higher or lower than this.

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

72

This contract is subject to renewal

Yes

Description of renewals

2 years fixed period with the option of extending by 4 x 12 months periods

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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) Description

two.2.1) Title

PURCH2196 Capital Projects - 500k - 7m GBP

Lot No

2

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

PURCH2196 Lot 2 - Construction Projects (500k to 7m GBP).

Projects through this lot will be focused on medium sized, medium complexity projects. In addition, annual bundled projects may also be contracted through this lot covering areas such as MEP built environment projects, Residential Projects and Lab Projects. It is anticipated these projects will be on or around 500k-7m GBP but may be higher or lower than this.

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

72

This contract is subject to renewal

Yes

Description of renewals

2 years fixed period with the option of extending by 4 x 12 months periods

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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) Description

two.2.1) Title

PURCH2196 Construction Projects - > 7m GBP

Lot No

3

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45300000 - Building installation work
  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

PURCH2196 Lot 3 - Construction Projects (>7m GBP).

Projects through this lot are expected to be large scale, high complexity projects. It is anticipated these projects will be in excess of 7m GBP but may lower than this. Given the value range these projects are likely to be large and complex refurbishment type projects or new-build 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

72

This contract is subject to renewal

Yes

Description of renewals

2 years fixed period with the option of extending by 4 x 12 months periods

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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

4A.1 If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

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:

Employer’s (compulsory) liability insurance = 10 000 000 GBP.

Public liability insurance = 10 000 000 GBP.

Professional indemnity insurance =

- Lot 1: 1m GBP on an each and every basis only.

- Lot 2: 5m GBP on an each and every basis only.

- Lot 3: 10m GBP on an each and every basis only.

Product liability insurance = 10 000 000 GBP.

Section 4B.1.2 – bidders are required to state their annual turnover for the last 3 years

4.B.6 – bidders are required to submit a copy of their last three years audited accounts

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

Bidders are required to meet selection criteria under the following sections of the. SPD. Please refer to the procurement documents for full details of the relevant selection criteria;.

Section 4C.1

Section 4C.4

Section 4.C.6

Section 4.C.9

Section 4.C.10

Section 4D.1

Section 4D.2

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Refer to Stage 1 documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 16

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The justification as required by Regulation 34 of the Public Contracts (Scotland) Regulations 2015 for the extended period is to enable the framework to align with the university 2025-2030 University Strategy and associated investment commitments.

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

6 June 2023

Local time

12:00pm

Changed to:

Date

23 June 2023

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

14 August 2023

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

Tender must be valid until: 2 October 2023


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

Once the deadline has passed submissions can neither be created nor submitted. It is not advisable for Suppliers to wait until the last moment before creating and dispatching a response in case of any last minute problems. Please note large files should be uploaded as early as possible to ensure transfer before deadline. If a Supplier is having problems uploading to the PCS site, then the University must be informed well in advance and depending upon the merit of the case, the University may arrange for the tender to remain open on the PCS system for a short period after the deadline time stated. System problems do not fall under the University’s remit and should be referred to PCS.

Postbox Security: Postbox submissions cannot be accessed by anyone, including Millstream, (the provider of the Public Contracts Scotland system) until the deadline.

Freedom of Information

The Freedom of Information (Scotland) Act 2002 (FOISA), which came into force on 1 January 2005, designates University of Glasgow as a Scottish public authority and therefore subject to the provisions and obligations in that Act. This means that any person who makes a valid request for information held by University of Glasgow will be entitled to receive it, unless all or part of that information can be withheld by virtue of the exemptions in that Act.

under the Act, University of Glasgow may be required to disclose any information held relating to your response to anyone who makes a request under that Act. Such information may only be withheld if it meets one or more of the exemptions or conditions in that Act. Even if an exemption is available University of Glasgow may nevertheless disclose requested information. Information held cannot simply be classified as “confidential" or "commercial in confidence" to enable it to be protected from disclosure.

University of Glasgow may publish the names and contact details of companies who have been issued with a Questionnaire on its website.

Information may also be requested under the UK General Data Protection Regulation (UK GDPR) tailored by the Data Protection Act 2018 and the Environmental Information (Scotland) Regulations 2004.

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=730647.

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:

-employment and training opportunities for priority groups

-vocational training

-up-skilling of the existing workforce

-equality and diversity initiatives

-making sub-contracting opportunities available to SMEs, the third sector and supported businesses

-supply-chain development activity

-building capacity in community organisations

-educational support initiatives

-work with schools, colleges and universities to offer work experience

(SC Ref:730647)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court & Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom