Minor Maintenance Framework (MMF) (2024-28)

A Tender Notice
by UNIVERSITY OF STRATHCLYDE

Source
Find a Tender
Type
Framework (Works)
Duration
4 year
Value
£9M
Sector
CONSTRUCTION
Published
21 Nov 2023
Delivery
To 22 Dec 2027 (est.)
Deadline
22 Dec 2023 12:00

Concepts

Location

University of Strathclyde

Geochart for 3 buyers and 0 suppliers

Description

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

Lot Division

1 Windows & Doors Glazing / Servicing
  • Value: £324K

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.

2 Roads & Hard Landscaping
  • Value: £2M

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.

3 Locksmiths
  • Value: £2M

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.

4 Signage Wall, Window & Film Graphics
  • Value: £2M

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.

5 Sandstone Repairs
  • Value: £800K

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.

6 Blacksmith & Metal Fabrication
  • Value: £750K

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.

7 Asbestos Removal
  • Value: £465K

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.

8 Asbestos Surveying/Analytical Works & Reporting
  • Value: £531K

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).

9 Electrical
  • Value: £445K

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).

Award Criteria

Technical 50.0
PRICE 50.0

CPV Codes

  • 45000000 - Construction work
  • 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
  • 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
  • 98395000 - Locksmith services
  • 44520000 - Locks, keys and hinges
  • 44522000 - Clasps, lock parts and keys
  • 44522200 - Keys
  • 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
  • 44912200 - Sandstone
  • 44212310 - Scaffolding
  • 71550000 - Blacksmith services
  • 45262670 - Metalworking
  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services
  • 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

Indicators

  • Bids should cover exactly one lot.
  • Bids should cover a maximum number of lots.
  • Options are available.
  • Renewals are available.
  • Financial restrictions apply.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Award on basis of price.

Other 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-pr... 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)

Reference

Domains