Tender

Safety Access Systems Maintenance and Repairs

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2021/S 000-014281

Procurement identifier (OCID): ocds-h6vhtk-02bf3c

Published 23 June 2021, 10:35am



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Contact

Shelly Kilgour

Email

shelly.kilgour@scotland-excel.org.uk

Telephone

+44 1415484451

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

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.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.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

Safety Access Systems Maintenance and Repairs

Reference number

UOS-14013-2021

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Annual Maintenance contract of campus wide safety access systems including eye bolts, abseil points and latch way systems. Eye bolts and latch ways require inspection and maintenance on an annual basis. Abseil points require testing every six months. For full details of the equipment on the campus can be found in document called Appendix C Specification.

Please note for this tender opportunity site visits will be available on the afternoon Thursday 1 July 2-3pm and Friday 2 July from 10-11am ONLY. The tenderers must notify UoS through the messaging board NO LATER than Tuesday 29 June if you want to attend one of the site visits options. Included in that notification must be the attendees name and mobile number.

two.1.5) Estimated total value

Value excluding VAT: £160,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 35113100 - Site-safety equipment
  • 35113300 - Safety installations
  • 45233292 - Installation of safety equipment
  • 45340000 - Fencing, railing and safety equipment installation work
  • 50800000 - Miscellaneous repair and maintenance services

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 safety access systems including eye bolts, abseil points and latch way systems. Eye bolts and latch ways require inspection and maintenance on an annual basis. Abseil points require testing every six months.

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.1.2) 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

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 250,000 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.

three.1.3) Technical and professional ability

List and brief description of selection criteria

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 4C.1.2 Tenderers are required to provide three examples of works carried out in the past three years that demonstrate they have carried out testing to buildings similar to our own e.g. large commercial buildings, hospitals, aircraft hangers, schools or colleges and have tested both class A eyebolts and Class C flexible cable fall restraint systems. Failure to demonstrate this would result in a fail.

SPD 4C.6 Technicians must be fully trained and certified to install and/or test the EN795 Class A1/A2, B, C, D & E fall arrest/restraint systems for MSA Latchways and 3M fall protection systems.

NOTE: Tenderers should have at least two technicians who can install and two who can test, these can be the same persons.

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 L - 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 L - Contract Notice Additional Information" available within the ITT on PCS-Tender (PCS-T).

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 health and safety practices on site, 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.2.2) Time limit for receipt of tenders or requests to participate

Date

26 July 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

26 July 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

Please read the document "Appendix L Contract Notice Additional Information" for full descriptions of acceptable criteria for 4D.1 and 4D.2.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18960. 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 18960. 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:657657)

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.