Tender

Minor Maintenance Framework (MMF) (2024-28)

  • University of Strathclyde
  • Glasgow Caledonian University

F02: Contract notice

Notice identifier: 2023/S 000-034458

Procurement identifier (OCID): ocds-h6vhtk-03972a

Published 21 November 2023, 4:52pm



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

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 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 Maintenance Framework (MMF) (2024-28)

Reference number

UOS-25138-2022

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

This Prior Information Notice (PIN) relates to a project to establish a framework agreement for minor maintenance at the University of Strathclyde.

two.1.5) Estimated total value

Value excluding VAT: £8,508,220

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

two.2) Description

two.2.1) Title

Windows & Doors Glazing / Servicing

Lot No

1

two.2.2) Additional CPV code(s)

  • 44221000 - Windows, doors and related items
  • 44221100 - Windows
  • 44221110 - Window frames
  • 44221120 - French windows
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 45441000 - Glazing work

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

This lot will include, however, will not be limited to;

- Reactive and planned glazing repairs for windows / doors, including replacements;

- Reactive and planned window / door repairs to all University properties. This shall be deemed to include the survey of all types of windows / doors, and carrying out all necessary repairs that are required;

- This shall be deemed to include the supply and fit of various types of glazing including float glass, toughened, laminated, armour plated, double glazing units, triple glazing, spandrel panels, coloured glass with associated beads, trims, gaskets etc; and

- The Contractor must also be qualified to work on various height access systems, including suspended access cradle equipment, and be able to make necessary arrangements for the supply of other required plant and scaffolding for accessing all areas of a complex building estate.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £323,797

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, and on a lot by lot basis.

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

two.2) Description

two.2.1) Title

Roads & Hard Landscaping

Lot No

2

two.2.2) Additional CPV code(s)

  • 45112730 - Landscaping work for roads and motorways
  • 45233100 - Construction work for highways, roads
  • 45233120 - Road construction works
  • 45233140 - Roadworks
  • 45233141 - Road-maintenance works
  • 45233142 - Road-repair works
  • 45233220 - Surface work for roads
  • 45233221 - Road-surface painting work
  • 45112700 - Landscaping work

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

This lot will include, however, will not be limited to;

- The scope of the works shall include reactive and planned hard landscaping/road works renewals, and a programme of environmental improvements to University grounds;

- This shall be deemed to include road, and footpath repairs and include the use of the following materials; hot rolled asphalt, bitumen, macadam, concrete slabs, block paving, granite setts, kerbs, edgings and trims, tree grilles, benches, and binds; and

- The Contractor must be able to make necessary arrangements for the supply and operation of all necessary plant, barriers and traffic control measures as may be necessary.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £2,011,171

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, and on a lot by lot basis.

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

two.2) Description

two.2.1) Title

Locksmiths

Lot No

3

two.2.2) Additional CPV code(s)

  • 98395000 - Locksmith services
  • 44520000 - Locks, keys and hinges
  • 44522000 - Clasps, lock parts and keys
  • 44522200 - Keys

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

This lot will include, however, will not be limited to;

- Planned and reactive locksmiths maintenance work;

- Access control;

- Installation to new and existing door sets;

- Recycling of materials;

- The Contractor must have access to an Assa Abloy Service Centre (or equivalent);

- The Contractor must have accreditation for Yale, Union, Esla, Assa Flexiplus, Assa P600, Assa Trition, and an awareness of Salto and Assa CLIQ (or equivalent); and

- Please note, only one Contractor will be appointed to this lot due to the patent being held by Assa Abloy. As such, the successful Tenderer shall be nominated as the University's sole licensed supplier for this requirement.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £1,534,469

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.2.10) 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

two.2) Description

two.2.1) Title

Signage Wall, Window & Film Graphics

Lot No

4

two.2.2) Additional CPV code(s)

  • 34928470 - Signage
  • 42962000 - Printing and graphics equipment
  • 34928471 - Sign materials
  • 34928472 - Sign posts
  • 34992000 - Signs and illuminated signs
  • 34992200 - Road signs
  • 39174000 - Shop signs
  • 44423400 - Signs and related items
  • 45233290 - Installation of road signs

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

This lot will include, however, will not be limited to;

- Planned and reactive signage maintenance work, signage wall, window & film graphics;

- Installation of both internal and external signage, including cleaning activities which may be required to be carried out at height;

- 3M installation accreditation (or equivalent); and

- Recycling of materials.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £1,648,349

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.2.10) 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

two.2) Description

two.2.1) Title

Sandstone Repairs

Lot No

5

two.2.2) Additional CPV code(s)

  • 44912200 - Sandstone
  • 44212310 - Scaffolding

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

This lot will include, however, will not be limited to;

- Planned and reactive sandstone repairs & scaffolding maintenance work, including the supply of stones for replacement and indenting, dressing and carving of sandstone, lithomex repairs, lime pointing, and lime mortar repairs;

- Sampling for sandstone for petrographic analysis and mortar mix matching;

- Requirement to work at height;

- Requirement to work on or take on suitable subcontractor for leadwork repairs and replacement as per lead work association details;

- Requirement to work on our historic properties / structures; and

- Recycling of materials.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £800,000

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, and on a lot by lot basis.

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

two.2) Description

two.2.1) Title

Blacksmith & Metal Fabrication

Lot No

6

two.2.2) Additional CPV code(s)

  • 71550000 - Blacksmith services
  • 45262670 - Metalworking

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

This lot will include, however, will not be limited to;

- Planned and reactive blacksmiths maintenance work mainly across the John Anderson campus, but also at other University satellite sites, including galvanising, powder coating, repairs, replacement and supply of ramps, handrails, fire escapes stairs and landings, railings, edge protection works, loading bays, repairs to other structures – tanks, crane rails, awnings, and working on manual & automated gates; and

- Recycling of materials.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £750,000

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.2.10) 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

two.2) Description

two.2.1) Title

Asbestos Removal

Lot No

7

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work

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

This lot will include, however, will not be limited to:

- Planned and reactive works associated with asbestos removal to include licensed and non-licensed works, and remedial works to damaged asbestos containing materials;

- The Contractor must have a full HSE asbestos license, and SEPA waste license.

- The Contractor must be a member of the Asbestos Removal Contractors Association (ARCA) (or equivalent);

- The Contractor must undertake any asbestos works in line with the Control of Asbestos Regulations 2012 & best guidance HSG247;

- The Contractor where required must attend site in advance of works, and provide statutory notices to the relevant statutory authority prior to commencing both licensed asbestos and notifiable non-licensed works;

- The Contractor must provide all relevant paperwork (ASB5, RAMS, consignment notes etc.);

- The Contractor must report any issues on site directly with the University's Health & Safety Compliance Officer;

- The Contractor must have an emergency call out number, and be able to provide an out of hours service; and

- The Contractor must provide all equipment/consumables to carry out the works.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £465,276

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.2.10) 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

two.2) Description

two.2.1) Title

Asbestos Surveying/Analytical Works & Reporting

Lot No

8

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

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

This lot will include, however, will not be limited to;

- Planned and reactive works associated with asbestos testing, reporting, and analytical works, including management surveys, refurbishment surveys, yearly re-inspections, targeted sampling, four stage clearances, re-assurance, leak, background and personal air testing;

- The Contractor must provide advice and assistance to the University's Health & Safety Compliance Officer during any asbestos removal works;

- The Contractor must inform the University's Health & Safety Compliance Officer of any damaged asbestos containing materials identified during survey works;

- The Contractor must return finalised survey reports 20 days after leaving site, and a copy of analytical paperwork 1 day after leaving site;

- The Contractor must provide an emergency call out number, and be able to provide an out of hours service;

- The Contractor must provide all equipment/consumables to carry out the works;

- The Contractor must provide all relevant paperwork (RAMS);

- The Contractor must analyse samples of suspected asbestos containing materials;

- The Contractor must demonstrate independence and impartiality ; and

- The Contractor must have ISO/IEC 17020 accreditation and ISO/IEC 17025 (or equivalent).

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £530,584

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.2.10) 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

two.2) Description

two.2.1) Title

Electrical

Lot No

9

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45315100 - Electrical engineering installation works
  • 45315300 - Electricity supply installations
  • 45317000 - Other electrical installation work
  • 45317100 - Electrical installation work of pumping equipment
  • 45317200 - Electrical installation work of transformers
  • 45317300 - Electrical installation work of electrical distribution apparatus
  • 45317400 - Electrical installation work of filtration equipment
  • 50116100 - Electrical-system repair services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51110000 - Installation services of electrical equipment
  • 51111000 - Installation services of electric motors, generators and transformers
  • 51111100 - Installation services of electric motors
  • 51112000 - Installation services of electricity distribution and control equipment
  • 51112100 - Installation services of electricity distribution equipment
  • 51112200 - Installation services of electricity control equipment

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

This lot will include, however, will not be limited to;

- Planned works which may include, classroom refurbishments, upgrading of electrical infrastructure, laboratory refurbishments, external lighting to buildings, including lighting bollards / posts;

- Reactive works to support the Estates Services Electrical Team as required, as well as providing bespoke works for Departmental needs;

- EICR remedials and certification; and

- All operatives to be BS7671 (18th Edition) qualified (or equivalent).

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £444,574

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.2.10) 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 Tenderer will be required to have a minimum average yearly turnover for the last 2 years for the following lots;

Lot 1: Windows & Doors Glazing / Servicing - GBP 161,899

Lot 2: Roads & Hard Landscaping - GBP 1,005,586

Lot 3: Locksmiths - GBP 767,235

Lot 4: Signage / Wall, Window & Film Graphics - GBP 824,174

Lot 5: Sandstone Repairs - GBP 400,000

Lot 6: Blacksmith & Metal Fabrication - GBP 375,000

Lot 7: Asbestos Removal - GBP 232,638

Lot 8: Asbestos Surveying/Analytical Works & Reporting - GBP 265,292

Lot 9: Electrical - GBP 222,287

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

It is a requirement of this Contract that the Tenderer hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the types and levels of insurance indicated below, which are applicable to all lots;

SPD (Scotland) Question 4B.5.1a

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 (with the exception of Lot 9 - Electrical, which is GBP 1.5 million).

SPD (Scotland) Question 4B.5.1b

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.

SPD (Scotland) Question 4B.5.2

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.

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 below scoring methodology will be applied to the question.

Excellent response - 4

Good response - 3

Acceptable response - 2

Poor response - 1

Unacceptable (Nil or Inadequate response) – 0

For the lot that they are bidding for, the Tenderer must provide 3 examples from the past 5 years that demonstrates that they can fulfil the requirements outlined under the relevant lot description (II.2.4) (Description of the Procurement) within the Contract Notice.

Once all scores are agreed, an average score will be applied collectively across all examples provided. Please note, the Tenderer must score a minimum of 2, as per the scoring methodology, for the above question, otherwise their offer may be deemed non-compliant, and it will not be considered further.

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

For the below lots, the Tenderer must confirm they hold one, and/or more, of the following qualifications / certifications / membership (and/or equivalent);

Lot 1: Windows & Doors Glazing / Servicing - CSCS (Construction Skills Certification Scheme) / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF).

Lot 2: Roads & Hard Landscaping - CSCS (Construction Skills Certification Scheme) / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / The Amenity Standard / British Association of Landscape Industries (BALI) / Grounds Management Association.

Lot 3: Locksmiths - CSCS (Construction Skills Certification Scheme) / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF).

Lot 4: Signage / Wall, Window & Film Graphics - CSCS (Construction Skills Certification Scheme) / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / International Sign Association UK (ISA-UK).

Lot 5: Sandstone Repairs - CSCS (Construction Skills Certification Scheme) / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF).

Lot 6: Blacksmith & Metal Fabrication - CSCS (Construction Skills Certification Scheme) / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / Gate Safe.

Lot 7: Asbestos Removal - CSCS (Construction Skills Certification Scheme) / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / ACAD and / or Asbestos Removal Contractors Association (ARCA).

Lot 8: Asbestos Surveying/Analytical Works & Reporting - CSCS (Construction Skills Certification Scheme) / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF).

Lot 9: Electrical - CSCS (Construction Skills Certification Scheme) / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / NICEIC (National Inspection Council for Electrical Installation Contracting) / SELECT.

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

Due to restrictions placed upon the character count by the advertising portal, the Tenderer should refer to the full detail provided within the document "Appendix E - Contract Notice Additional Information", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT on PCS-Tender (PCS-T). The Tenderer 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 Tenderer should refer to the full detail provided within the document "Appendix E - Contract Notice Additional Information", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT on PCS-Tender (PCS-T). The Tenderer 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 Contract, please see 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 Contract (no matter the legal form taken by those entities in order to enter into the Contract).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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: 25

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 000-001058

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

Date

22 December 2023

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

four.2.7) Conditions for opening of tenders

Date

22 December 2023

Local time

12:00pm

Place

University of Strathclyde.

Information about authorised persons and opening procedure

University of Strathclyde Officers & Members.


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 Tenderer 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 bidders 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 ITT exercise. The Project code is 25447. 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, the University of Strathclyde intends to include community benefit requirements. As part of your response within the Technical Envelope, bidders will be requested to commit to the delivery of community benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:747967)

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.