Section one: Contracting authority
one.1) Name and addresses
Glasgow Caledonian University
70 Cowcaddens Road
Glasgow
G4 0BA
Telephone
+44 1413313578
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 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 Plumbing and Drainage Services (GCU)
Reference number
GC - FM - 2022 - LI - 06
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The University is seeking a Contractor for the provision of Plumbing and Drainage Services. The aims and objectives of this contract is to ensure the safe and efficient operation of the Plumbing and Drainage Services for the benefit of staff and students in Glasgow Caledonian University.
two.1.5) Estimated total value
Value excluding VAT: £240,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45330000 - Plumbing and sanitary works
- 45332200 - Water plumbing work
- 45232452 - Drainage works
- 45232450 - Drainage construction works
- 45232451 - Drainage and surface works
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow Caledonian University
two.2.4) Description of the procurement
The aims and objective of this contract is to ensure the safe and efficient operation of the Plumbing and drainage Services for the benefit of staffs and students in Glasgow Caledonian University.
Glasgow Caledonian University operate a Planned Preventative Maintenance (PPM) system for the inspection, testing and repair of the water and waste water services in the Glasgow Caledonian University City Campus. The successful tenderer will undertake the works as instructed on a weekly basis. The objective of the PPM system being the provision of a safe and the effective and efficient operation of all the hot, cold and waste water systems. This work is for all pipework and outlets associated with the hot, cold and waste water systems excluding all LPHW and heating boilers. 4.4 To provide the service required by the University tenderers must be capable of receiving reactive maintenance call outs on a 24/7 basis 365 days per annum.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
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
2 x 12 month periods
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
Employer’s (Compulsory) Liability Insurance
Professional Liability Insurance
2 years audited accounts
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
Please refer to question within 4B.5 of the SPD and Economic and Financial standing section of the Contract Notice
Bidders must confirm they can provide the following supporting evidence prior to award:
- Employer’s (Compulsory) Liability Insurance = 10 Million GBP
- Professional Liability Insurance = 5 Million GBP
Please refer to question within 4B.6 of the SPD and Economic and financial standing section of the Contract Notice
The successful Contractor will be required to provide 2 years audited accounts, or equivalent if awarded the Contract.
Information provided for Part III and IV will be assessed on a Pass/Fail basis, where:
Pass = meets requirements as stated in Contract Notice.
Fail = does not meet requirements as stated in Contract Notice.
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.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
10 January 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
10 January 2023
Local time
12:00pm
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
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.
The successful bidder must confirm that they comply with the requirements of the Modern Slavery Act 2015.
Please refer to Part III Section D Selection Criteria: Questions within 3D.2 of the SPD
FORM OF TENDER
Please complete “Appendix A – Form of Tender” in the Technical Questionnaire in PCS-Tender.
This information should be submitted prior to award. It is for information only and will not be scored however failure to submit a signed copy will result in elimination from the procurement exercise.
SUB-CONTRACTORS
Please complete “Appendix C – List of Sub-Contractors” if applicable in the Technical Questionnaire in PCS- Tender.
This information should only be submitted if applicable prior to award. It is for information only and will not be scored.
FREEDOM OF INFORMATION
Please complete “Appendix D – Freedom of Information” if applicable in the Technical Questionnaire in PCS-Tender.
This information should only be submitted if applicable prior to award. It is for information only and will not be scored.
SUSTAIN SUPPLY CHAIN CODE OF CONDUCT
Please complete “Appendix E – APUC Ltd Sustain Supply Chain Code of Conduct” in the Technical Questionnaire in PCS-Tender.
This information should be submitted prior to award. It is for information only and will not be scored.
ANTI-BRIBERY POLICY
Please complete “Appendix F – Anti-Bribery Policy” in the Technical Questionnaire in PCS-Tender.
This information should be submitted prior to award. It is for information only and will not be scored however failure to submit a signed copy will result in elimination from the procurement exercise.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22878. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:714501)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
PO Box 23, 1 Carlton Place
Glasgow
G5 9DA
Telephone
+44 1414298888
Country
United Kingdom