United Kingdom-Edinburgh: Construction work
Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.
Title | United Kingdom-Edinburgh: Construction work |
OJEU (High Value) | 325094-2020 |
Type | Invitation to tender |
Date Published | 2020-07-10 |
Deadline | 2020-08-17 12:00:00 |
Nature Of Contract | Public works contract |
Awarding Authority | |
Procedure | Restricted procedure |
Description : |
I.1) Name and addresses: NUTS code: UKM75 Communication I.3) Procurement documents (URL):https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html Additional Information I.3.4) Additional information can be obtained from: I.3.6)Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html I.4) Type of the contracting authority: BODY PUBLIC I.5.1) Main Activity: EDUCATION EC0892 Small Electrical Works (up to GBP 250 000) II.1.4) Short description The University of Edinburgh wishes to appoint a total of four suppliers to a framework agreement (incorporating a MTC) for the provision of electrical small works and associated services up to GBP 250 000 inclusive of VAT to service the University of Edinburgh’s estate of approximately 750 varied buildings in Edinburgh and Midlothian. The activity is spread over five locations covering 800 000 square metres with student accommodation provided at the Pollock Halls of Residence and across a range of flats around the city. Other locations include Central Edinburgh Area, Kings Buildings, Bush Estate, the Roslin Institute, the Western General Hospital, Edinburgh Royal Infirmary Firbush Outdoor Education Centre, Perthshire and Rowing Centre Strathclyde Park, North Lanarkshire. This framework will over small maintenance and remedial electrical service works up to the value of GBP 250 000 (inclusive of VAT) with any larger electrical installation works being tendered separately. II.01) Estimated value excluding VAT: GBP 5700092 II.1.6) This contract is divided into lots: yes II.1.6.6) Maximum number of lots that may be awarded to one tenderer: 1 Humanities, Arts and Social Sciences/Accommodation, Catering and Events II.2.1) Lot No: 2 NUTS code: UKM75 II.2.3.2) Main site or place of performance: Humanities, arts and social sciences/accommodation, catering and events. II.1.4) Short description Lot 2: Humanities, arts and social sciences/accommodation, catering and events The University of Edinburgh wishes to appoint a total of four suppliers to a framework agreement (incorporating a MTC) for the provision of electrical small works and associated services up to GBP 250 000 inclusive of VAT to service the University of Edinburgh’s Estate of approximately 750 varied buildings in Edinburgh and Midlothian. The University of Edinburgh wishes to appoint two contractors to each lot. In the event a supplier is ranked first in both lots, the first ranked supplier will be awarded their preferred lot and the second ranked supplier in the remaining lot will be allocated first ranking. The same rule shall apply if a supplier is ranked second in both lots. This will mean that a total of four different suppliers will be appointed to this framework. II.2.5) Award criteria: Criteria: Quality Weighting: 70 Cost/Price Weighting: 30 Value excluding VAT: GBP 3700192 II.02.07) Duration in months 48 II.2.7.5) This contract is subject to renewal: no II.2.9) Envisaged number of candidates 6 II.2.9,4) Objective criteria for choosing the limited number of candidates: This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two-stage process Stage 1: pre-qualification via the ESPD (Scotland). When completing, bidders must have regard for the statements in this OJEU notice that detail specific requirements. Bidders must (a) Pass the minimum standards in ESPD Sections 4A, 4B and 4D in the PCS-T qualification envelope. Statements for these questions can be found in section III) of this notice. (b) Complete the scored ESPD section 4C found in the PCS-T technical envelope. Statements for these questions can be found in section III.1.3) of this notice. Section 4C will be scored as per the scoring methodology detailed below. The six highest scoring bidders, who score 50 % and above, will be invited to submit a tender. Stage 2: invitation to tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. Objective criteria for shortlisting — ESPD section 4C scoring methodology: 0 = Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 = Poor. 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. 2 = Acceptable. 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. 3 = Good. 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. 4 = Excellent. 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. Scored ESPD section 4C question weighting: 4C.1 Experience statement 1 (30 percent), 4C.1 Experience statement 2 (10 percent), 4C.1 Experience statement 3 (for info only), 4C.2 Technical bodies statement 1 (20 percent), 4C.2 Technical bodies statement 2 (20 percent), 4C.3 Facilities statement 1 (15 percent), 4C.7 Environmental statement 1 (5 percent). II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no Additional Information: Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Meds and Vets/Science and Engineering II.2.1) Lot No: 1 NUTS code: UKM75 II.2.3.2) Main site or place of performance: Meds and vets/science and engineering. II.1.4) Short description Lot 1: Meds and vets/science and engineering — the University of Edinburgh wishes to appoint a total of four suppliers to a framework agreement (incorporating a MTC) for the provision of electrical small works and associated services up to GBP 250 000 inclusive of VAT to service the University of Edinburgh’s Estate of approximately 750 varied buildings in Edinburgh and Midlothian. The University of Edinburgh wishes to appoint two contractors to each lot. In the event a supplier is ranked first in both lots, the first ranked supplier will be awarded their preferred lot and the second ranked supplier in the remaining lot will be allocated first ranking. The same rule shall apply if a supplier is ranked second in both lots. This will mean that a total of four different suppliers will be appointed to this framework. II.2.5) Award criteria: Criteria: Quality Weighting: 70 Cost/Price Weighting: 30 Value excluding VAT: GBP 1999900 II.02.07) Duration in months 48 II.2.7.5) This contract is subject to renewal: no II.2.9) Envisaged number of candidates 6 II.2.9,4) Objective criteria for choosing the limited number of candidates: This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process Stage 1: pre-qualification via the ESPD (Scotland). When completing, bidders must have regard for the statements in this OJEU notice that detail specific requirements. Bidders must (a) Pass the minimum standards in ESPD Sections 4A, 4B and 4D in the PCS-T qualification envelope. Statements for these questions can be found in section III) of this notice. b) Complete the scored ESPD section 4C found in the PCS-T technical envelope. Statements for these questions can be found in section III.1.3) of this notice. Section 4C will be scored as per the scoring methodology detailed below. The six highest scoring bidders, who score 50 % and above, will be invited to submit a tender. Stage 2: invitation to tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. Objective criteria for shortlisting — ESPD section 4C scoring methodology: 0 = Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 = Poor. 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. 2 = Acceptable. 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. 3 = Good. 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. 4 = Excellent. 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. Scored ESPD section 4C question weighting: 4C.1 Experience statement 1 (30 percent), 4C.1 Experience statement 2 (10 percent), 4C.1 Experience statement 3 (for info only), 4C.2 Technical bodies statement 1 (20 percent), 4C.2 Technical bodies statement 2 (20 percent), 4C.3 Facilities statement 1 (15 percent), 4C.7 Environmental statement 1 (5 percent). II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no Additional Information: Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. III.1.1) List and brief description of conditions For each lot: ESPD 4A.1 statement If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Suppliers or their subcontractors workforce must hold: — membership of select, NICEIC or equivalent; — membership of CHAS/SSIP or equivalent; — membership of CSCS or equivalent; — holders of SJJIB grading cards or equivalent; — Krone (Commscope) approved for data installations, terminations, testing in compliance with BS 6701 BS EN 50173 generic cabling systems and BS EN 50174 cabling installation. III.1.2.3) List and brief description of selection criteria ESPD 4B.1.1 Statement Bidders will be required to have the following minimum ‘general’ yearly turnover for the last (3) years: Lot 1: GBP 750 000, Lot 2: GBP 1 375 000. ESPD 4B.3 Statement Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. ESPD 4B.5.1 Statement For all lots, it is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer’s (compulsory) liability insurance = GBP 5 000 000, Public liability insurance = GBP 10 000 000. http://www.hse.gov.uk/pubns/hse40.pdf ESPD 4B.6 Statement 1 Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a parent company guarantee prior to commencement of any subsequently awarded contract. ESPD 4B.6 Statement 2 Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their three most recent sets of annual audited accounts, including profit and loss information and the following ratios: — current ratio, — quick ratio, — debtors turnover ratio, — return on assets, — working capital, — debt to equity ratio, — gross profit ratio. A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability. III.1.3) Technical and professional ability III.1.3.1.2) Selection criteria as stated in the procurement documents III.2.2) Contract performance conditions As detailed within the ITT documentation. IV.1.1) Type of procedure: Restricted IV.1.1) Type of procedure: Restricted procedure IV.1.3) The procurement involves the establishment of a framework agreement IV.1.3) Envisaged maximum number of participants to the framework agreement 4 Notice number in the OJ S 2015/S 118-212712 IV.2.1) Time limit for receipt of tenders or requests to participate IV.2.2) Date 2020-08-17 IV.2.2) Local time 12:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates 2020-11-02 IV.2.6) Duration in months (from the date stated for receipt of tender): 6 Approximately 12 months prior to the expiration of this agreement. Additional Information: Note: bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU and international law (as indicated in ESPD section 3D). Without prejudice to any relevant obligations, suppliers should note that this includes obligations for certain organisations under: — the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted); — the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN); — the Equality Act 2010, in regards to the protected characteristics of age, disability, gender reassignment, marriage and civil partnership, pregnancy and maternity, race, religion or belief, sex and sexual orientation (available at https://www.legislation.gov.uk/ukpga/2010/15/contents); — the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made — this is grounds for mandatory exclusion or termination at any procurement or contract stage. At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of GBP 36 000 000 or over. The buyer is using PCS-Tender to conduct this PQQ exercise. The project code is 16519. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The contracting authority does not intend to include a subcontract clause as part of community benefits (as per section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Alternative community benefits will be achieved through this contract community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The University intends to work in partnership with the qualified bidder(s) to identify robust, relevant and proportionate community benefits, which are intended to improve the economic, social or environmental wellbeing of Edinburgh city, the region and beyond. Such community benefits will need to support the vision and mission of the University of Edinburgh. The vision and mission of the University of Edinburgh can be found under the following link: http://www.ed.ac.uk/governance-strategic-planning/strategic-planning/strategic-plan/vision-and-mission Accordingly, community benefits will take the form of contractual performance requirements in addition to the main purpose of the contract. Details will be included within the ITT documentation and bidders will be asked at ESPD stage (for information only) of previous examples. (SC Ref:624394) Review body: Date of dispatch of this notice : 2020-07-07 |
CPV Codes |
45000000; 45453100; Construction work; Refurbishment work; |
Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions. |
|