Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Telephone
+44 1415484450
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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