Building Fabric Maintenance and Small Works (up to GBP 150k) MTC Framework Agreement

A Tender Notice
by UNIVERSITY OF EDINBURGH

Source
Find a Tender
Type
Framework (Works)
Duration
4 year
Value
20M
Sector
CONSTRUCTION
Published
21 May 2024
Delivery
To 24 Jun 2028 (est.)
Deadline
24 Jun 2024 12:00

Concepts

Location

Edinburgh

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

The University of Edinburgh wishes to appoint a Building Fabric Framework Agreement incorporating a Measured Term Contract, for the provision of reactive maintenance, planned small works and associated services, up to GBP 150,000, excluding VAT. The primary purpose of the Framework is to provide a mechanism for carrying out building fabric maintenance work, including reactive repairs and planned small works or projects, such as alterations or renovations. It will also include any reactive maintenance or alteration work that may be required to mechanical and electrical plant and equipment, arising out of or associated with any building fabric maintenance work. The Framework Agreement will include the entire University of Edinburgh estate together with other property owned, occupied or otherwise used by the University of Edinburgh. Lists of University of Edinburgh properties are provided within this Invitation to Tender. The University estate comprises a number of listed buildings. The quality of work delivered across the entire estate should meet specified standards at all times, but particular attention will be brought to the specification of maintenance work on a listed property. A list of trades commonly required under the framework are as noted below but not limited to these alone. - Roofing: pitched and flat roof trades; lead and zinc work; - Joinery: framing and finishing trades; including high quality window and door manufacture and internal shop-fitting trades; - Masonry: Natural stone building, replacement and remedial work; lime mortar pointing; - Hard landscaping: stone and concrete paving stones and bituminous road surfaces, paving, paths and car parks; - Window work: maintenance, repair and replacement of uPVC, metal etc windows and skylights, especially opening and locking mechanisms; - Doors: maintenance, repair and replacement of doors comprising all material types, operation types: including powered; all types of ironmongery – easing, removal and trimming, adjusting door closers, repairing/replacing handles and locks; - Internal wall finishes: plasterboard and plaster finishes; waterproof and laboratory grade board finishes; - Internal floor and ceiling finishes; - Kitchens and bathrooms: shower-pods and wet rooms; general plumbing and drainage; - Medical laboratories and Veterinary laboratories and hospitals; scientific and medical experiment areas; specialist fixtures and fittings; - Glazing to windows, doors, skylights and cupolas; - External drainage services; - Specialist external cleaning services; - Pest Control services. The framework agreement will operate under the Scotland (FA/Scot) 2014 Edition incorporating the Measured Term Contract for use in Scotland (MTC/Scot) 2019 Edition all as published by the Scottish Building Contract Committee. This Framework Agreement will be operational for a period of four years. The Framework is tendered on behalf of The University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any, and all, of The University of Edinburgh’s Subsidiary Companies may access and utilise this Framework at any time during the life of the agreement. Bidders should note that TUPE may apply to this Contract.

Total Quantity or Scope

This Procurement will be conducted through the use of the Open Procedure. The Invitation to tender (ITT) will evaluate both the quality and cost elements and is weighted 70 percent Quality and 30 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 42 or more out of 70 to progress to award. Bidders will be required to complete the following sections within PCS-T: ITT Qualification Section (Pass/Fail): Bidders will be required to complete the Single Procurement Document (Scotland) requesting general information concerning the bidder, exclusion criteria and selection criteria (including suitability, economic and financial standing, technical and professional ability, quality assurance schemes etc.). Bidders will be required to provide three examples of works and associated services that demonstrate the range of project types and contracts undertaken by your Practice and carried out during the past five years that demonstrate that they have the relevant experience in delivering works of a comparative nature and of a similar scale and complexity for Building Fabric Framework Agreement incorporating a Measured Term Contract, for the provision of reactive maintenance, planned small works and associated services. ITT Award l Section (70 percent Quality and 30 percent Cost) Bidders must confirm compliance with mandatory service requirements. Quality - Bidders will be required to answer weighted award criteria questions such as on Service Delivery, Approach to working with the University and Problem Solving, Quality Workmanship, Contract Management, The Team, Health & Safety and Fair Work and Sustainability practices. Technical Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. Objective Scoring Criteria: 0 Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. Cost – The ITT stage will allow the submission of percentage adjustments on the NSR rates within each work category of the National Schedule of Rates. The bidder who submits the lowest overall cost, calculated by applying the percentage adjustments to provisional lump sum costs for each work category, will be awarded the maximum score and others awarded a score pro rata, in relation to the lowest bid.

Renewal Options

Retender process to begin nine months prior to expiry

Award Criteria

Quality 70.0
PRICE 30.0

CPV Codes

  • 45453100 - Refurbishment work

Indicators

  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.
  • Award on basis of price.

Other Information

Schedule 11 provides TUPE information from our incumbent suppliers who have stated that they consider that TUPE will apply. Please note that all costs submitted in response to this tender bid must be fully INCLUSIVE of any TUPE costs should they apply. Please note that a TUPE transfer happens by operation of law and the University of Edinburgh’s view is not determinative Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015 2A.17 If the bidder is participating in the procurement procedure together with others as part of a group, consortium, joint venture or similar arrangement, the bidder must answer "yes" and complete the supplier response form attached to section 2A.17.4 2C.1 If the bidder is to rely on the capacities of other suppliers in order to meet the selection criteria set out under Part 4 and the criteria and rules set out under Part 5 the bidders should answer ‘yes’ and the suppliers must complete the first three sections of the SPD supplier response form to section 2C.1.1. Any selection criteria response from SPD section 4 that they fulfil on behalf of the main bidder should be clearly labelled with the suppliers name and submitted as part of the main submission. 2D.1 If the bidder expects to subcontract to parties which they will not rely on to meet the selection criteria, they should answer ‘yes’ and, as far as known, list these entities. You will not need to submit the supplier response form on their behalf at this stage, but must submit it with the first three sections completed at any stage upon request. Modern Slavery, Blacklisting Equalities Act-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 SPD section 3D). Without prejudice to any additional relevant duties, 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&fro...) -the Equality Act 2010 (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 36,000,000 GBP or over. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26642. 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-pr... A summary of the expected community benefits has been provided as follows: Please provide a method statement describing how you expect to provide additional social value within our local communities through this framework. Our Community Benefits and Partnership Working Plan must be reviewed and completed. To ensure proportionality, we have suggested a banded approach to ensure suppliers of all sizes can work with the University effectively to achieve common aims. Please detail how these will be measured and reported to the University, including the frequency of these reports. Agreed social value proposals made by the successful bidder at award stage are embedded into the project success measures. The contractor will be required to provide a dedicated Community Benefits Officer to work with the UoE, project sponsors and key local stakeholders to create an effective Community Benefits Action Plan (CBAP) and manage social value in project delivery. (SC Ref:767198)

Reference

Domains