Tender

Provision of Data Cabling Installation and Associated Services

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2021/S 000-032041

Procurement identifier (OCID): ocds-h6vhtk-0304a0

Published 22 December 2021, 11:44am



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Email

maureen.mcmillan@strath.ac.uk

Telephone

+44 1415484450

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

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

Provision of Data Cabling Installation and Associated Services

Reference number

UOS-21852-2021

two.1.2) Main CPV code

  • 51000000 - Installation services (except software)

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement will cover the provision of a sole supplier to provide a cable installation team to meet the day to day and project requirements of the University’s IT department.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32421000 - Network cabling
  • 45314320 - Installation of computer cabling
  • 72222300 - Information technology services

two.2.3) Place of performance

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

CityCentre campus G4; AFRC Inchinnan PA4 9LJ; PNDC Cumbernauld G68 0EF; ParkCircus G3 6AX; RossPriory G83 8NL; Stepps PlayingFields Millerston G33 6ND; some additional nearby ancillary sites

two.2.4) Description of the procurement

Please refer to the tender documentation for further information.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Cost criterion - Name: Commercial / Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

At solely the University's discretion, this contract can be extended for a period of 2 x 12 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contracting Authority reserves the right to request additional deliveries by the successful tenderer either intended as partial replacement of the supplies or installations or as the extension of existing supplies or installations. The Contracting authority may at its sole discretion exercise this option.

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

4B1.2– The bidder should provide its (“average”) yearly turnover for the number of financial years specified in the relevant Contract Notice – 3 years.

4B.5 – It is a requirement of this contract that bidders can hold or commit to obtain prior to the commencement of any subsequently awarded contract, insurance policies in line with the UOS standard terms.

4C.1.2 – Please provide examples of previous experience of providing the services as specified in the Contract Notice (3 examples).

Minimum level(s) of standards possibly required

4B1.1 3 years. This will be set at 500,000 GBP in accordance with the performance of the services.

4B.5 The Contractor shall maintain in force with reputable insurers -

Employer's (Compulsory) Liability Insurance = in the sum of no less than 10,000,000.00 GBP in respect of any one incident and unlimited as to numbers of claims, and adequate insurances covering all the Contractor’s other liabilities in terms of the Contract.

Public Liability Insurance = in the sum of no less than 5,000,000.00 GBP in respect of any one incident and unlimited as to numbers of claims.

Product Liability Insurance = in the sum of no less than 5,000,000.00 GBP in respect of any one incident and unlimited as to numbers of claims.

Professional Risk Indemnity Insurance = in the sum of no less than 2,000,000.00 GBP in respect of any one incident and unlimited as to numbers of claims.

4C1.2 3 examples

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2

Minimum level(s) of standards possibly required

4C.1.2 Bidders will be required to provide examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.

The bidder should use the template provided for them to answer the Technical and Professional ability question 4C.1.2 of their SPD (Scotland) response.

The Tenderer must provide 3 examples from the past 3 years that demonstrates that they can fulfil the requirements outlined under the description (II.2.4) (Description of the Procurement) within the Contract Notice.

This question will be scored in accordance with the Scoring Methodology noted in Section 4 1.3 of the ITT document. by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied to each example. Please note, the Tenderer must score a minimum of 2 for each example, as per the scoring methodology, for the above question, otherwise their offer may be deemed non-compliant and will not be considered further.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to tender documentation.


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

7 February 2022

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 February 2022

Local time

12:00pm

Place

University of Strathclyde


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20343. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The Procurement Reform Act states that regulation 25 applies where the “contracting authority proposes to carry out a regulated procurement in relation to which the estimated value of the contract is equal to or greater than 4,000,000 GBP”.

However, in line with Scottish Government guidance for regulated procurements above the 50,000 GBP threshold, Community Benefits will be sought through a scored quality question that will form part of the contractual obligation. Bidders will be asked to select benefits they will offer as part of their bid from a Community Benefits Menu, with each benefit being attributed a certain number of points. Bidders will be asked to provide a certain number of points if they want to achieve the maximum possible percentage weighting for scoring purposes.

(SC Ref:677127)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom