Opportunity

Minor Works Framework (MWF)

  • University of Strathclyde
  • Glasgow Caledonian University

F02: Contract notice

Notice reference: 2023/S 000-019994

Published 12 July 2023, 3:50pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G1 1XQ

Contact

Kenneth Carlin, Category Manager

Email

kenneth.carlin@strath.ac.uk

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.1) Name and addresses

Glasgow Caledonian University

70 Cowcaddens Road

Glasgow

G4 0BA

Email

procurement@gcu.ac.uk

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 involves joint procurement

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

Minor Works Framework (MWF)

Reference number

UOS-18190-2020

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The University of Strathclyde (the “University”) is seeking to establish a framework agreement to support the delivery of minor works for the following activities outlined below;

- Minor capital & maintenance works, refurbishment and fit-outs, including projects based within accommodation / residence settings, listed buildings, laboratory environments, and with a heavy building services focus, between a value of GBP 0 - 6,000,000;

- These will be all trades contracts, including downtakings, joinery, building, plastering, decoration, ceilings, partitioning, electrical, mechanical, plumbing, air conditioning, flooring, fire and security alarms, BMS controls etc; and

- Please note, the University reserves the right to procure projects above GBP 6,000,000.

Please note, Glasgow Caledonian University (GCU) is also also participating in this Framework, and may choose to use this agreement as per their requirements.

two.1.5) Estimated total value

Value excluding VAT: £58,062,500

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 45211360 - Urban development construction work
  • 45214400 - Construction work for university buildings

two.2.3) Place of performance

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

University of Strathclyde.

two.2.4) Description of the procurement

The University of Strathclyde (the “University”) is seeking to establish a framework agreement to support the delivery of minor works for the following activities outlined below;

- Minor capital & maintenance works, refurbishment and fit-outs, including projects based within accommodation / residence settings, listed buildings, laboratory environments, and with a heavy building services focus, between a value of GBP 0 - 6,000,000;

- These will be all trades contracts, including downtakings, joinery, building, plastering, decoration, ceilings, partitioning, electrical, mechanical, plumbing, air conditioning, flooring, fire and security alarms, BMS controls etc; and

- Please note, the University reserves the right to procure projects above GBP 6,000,000.

Please note, Glasgow Caledonian University (GCU) is also also participating in this Framework, and may choose to use this agreement as per their requirements.

The Candidate 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 OJEU Contract Notice or the relevant section of the Site Notice.

The Candidate should use the template provided for them to answer the Technical and Professional ability question 4C.1 of their SPD response.

The below scoring methodology will be applied to the question.

Excellent response - 4

Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

Good response - 3

Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

Acceptable response - 2

Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.

Poor response - 1

Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.

Unacceptable (Nil or Inadequate response) – 0

Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.

This question will be scored by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied to all questions.

Please note, the Candidate must score a minimum of two for all questions, as per the scoring methodology, otherwise their offer may be deemed non-compliant and will not be considered further.

Question A - Example 1: Accommodation / Student Residencies (25%)

Please refer to the document "Appendix E - SPD 4C.1 Template v1" for further details as to what this question is assessing, and how it is scored.

Question B - Example 2: Listed Building (25%)

Please refer to the document "Appendix E - SPD 4C.1 Template v1" for further details as to what this question is assessing, and how it is scored.

Question C - Example 3: Laboratories (25%)

Please refer to the document "Appendix E - SPD 4C.1 Template v1" for further details as to what this question is assessing, and how it is scored.

Question D - Example 4: Building Services (25%)

Please refer to the document "Appendix E - SPD 4C.1 Template v1" for further details as to what this question is assessing, and how it is scored.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £58,062,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion.

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

SPD 4C.1 will be used as objective criteria for choosing the limited number of Candidates.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

In line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.

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.1.2) Economic and financial standing

List and brief description of selection criteria

1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover

2. SPD (Scotland) Question 4B.5: Insurance Requirements

Minimum level(s) of standards possibly required

1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover

The Candidate will be required to have a minimum average yearly turnover of GBP 8,000,000.00 for the past 3 financial years.

2. SPD (Scotland) Question 4B.5: Insurance Requirements

It is a requirement that Candidates hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below;

SPD (Scotland) Question 4B.5.1a

Professional Risk Indemnity: maintain a minimum indemnity limit of GBP 5 million in the aggregate.

SPD (Scotland) Question 4B.5.1b

Employer's (Compulsory) Liability: maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.

SPD (Scotland) Question 4B.5.2

Public Liability: maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.

Product Liability - maintain a minimum indemnity limit of GBP 10 million in the aggregate.

Motor Vehicle Insurance - maintain a minimum indemnity limit of GBP 5 million for Property Damage, and unlimited in respect of Third Party Injury.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1. SPD (Scotland) Question 4C.1: Works

2. SPD (Scotland) Question 4C.6: Qualifications

3. SPD (Scotland) Question 4D.1: Quality Assurance Schemes

4. SPD (Scotland) Question 4D.2: Environmental Management Standards

Minimum level(s) of standards possibly required

1. SPD (Scotland) Question 4C.1: Works

The Candidate 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 OJEU Contract Notice or the relevant section of the Site Notice.

The Candidate should use the template provided for them to answer the Technical and Professional ability question 4C.1 of their SPD response.

The below scoring methodology will be applied to the question.

Excellent response - 4

Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

Good response - 3

Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

Acceptable response - 2

Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.

Poor response - 1

Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.

Unacceptable (Nil or Inadequate response) – 0

Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.

This question will be scored by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied to all questions.

Please note, the Candidate must score a minimum of two for all questions, as per the scoring methodology, otherwise their offer may be deemed non-compliant and will not be considered further.

2. SPD (Scotland) Question 4C.6: Qualifications

The Candidate must confirm they hold one, and/or more, of the following qualifications/certifications (and/or equivalent);

- CSCS (Construction Skills Certification Scheme)

- Constructionline

- CITB (Construction Industry Training Board)

- The Scottish Building Federation (SBF)

- Contract Flooring Association (CFA)

- British Woodworking Federation (BWF)

3. SPD (Scotland) Question 4D.1: Quality Assurance Schemes

Due to restrictions placed upon the character count by the advertising portal, the Candidate should refer to the full detail provided within the document "Appendix D - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITP (Invitation to Participate) on PCS-Tender (PCS-T). The Candidate must meet the relevant minimum level(s) of standards set out.

4. SPD (Scotland) Question 4D.2: Environmental Management Standards

Due to restrictions placed upon the character count by the advertising portal, the Candidate should refer to the full detail provided within the document "Appendix D - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITP (Invitation to Participate) on PCS-Tender (PCS-T). The Candidate must meet the relevant minimum level(s) of standards set out.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework, please refer to the tender documents (details of how to access these being set out in section 1.3) Communication, of this Contract Notice.

The University of Strathclyde will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or subcontractors) to be jointly and severally liable for the performance of the Framework (no matter the legal form taken by those entities in order to enter into the Framework).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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: 6

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

N/A.

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: 2023/S 000-002647

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 August 2023

Local time

12:00pm

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

1 September 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

Duration in months: 5 (from the date stated for receipt of tender)


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 Candidate is advised that the envisaged maximum number of participants that might be appointed to the proposed Framework set out in section IV.1.3 of this Contract Notice is purely indicative. The University of Strathclyde reserves the right to appoint more or less participants than the envisaged number.

In line with regulation 72 of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 24660. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

N/A.

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:

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, the University of Strathclyde intends to include community benefit requirements. As part of your response within the Technical Envelope of the Invitation to Tender (ITT), bidders will be requested to commit to the delivery of community benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:738059)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

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 a breach of duty under the Public Contract (Scotland) Regulations 2015 (SSI2015/446) (as amended) may bring proceedings to the Sheriff Court or the Court of Session.