Notice Information
Notice Title
Framework Agreement (incorporating a MTC) for Floor Coverings up to 50000GBP
Notice Description
The University wishes to appoint a total of 4 suppliers to a framework agreement, incorporating a measured term contract, for the supply and installation of floor coverings up to the value of 50000GBP (excluding VAT) across the University estate. The successful contractors will provide a full 'one stop shop' service related to the supply and installation of floor coverings and the replacement of existing coverings and all associated work, as required, in existing buildings. The framework will operate on a ranked basis and will comprise of 2 geographical lots with 2 suppliers appointed to each lot. Suppliers will have the option of bidding for one or both lots. A supplier bidding for both lots will only be awarded on to one lot. Suppliers will be asked to rank each lot bid for in order of preference. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T.
Lot Information
Science & Engineering and Medical & Veterinary Sciences
Lot 1 - Science & Engineering and Medical & Veterinary Sciences. The successful contractors will provide a full 'one stop shop' service related to the supply and installation of floor coverings and the replacement of existing coverings and all associated work, as required, in existing buildings including, but not limited to - A) Supply and installation of carpets (tiles and broadloom), vinyls, marmoleum, linoleum, quarry tiles, ceramic floor tiles, laminates and dirt control mats, including all associated threshold finishes and bars. The work will include moving furniture and office equipment. NB The list of floor covering types is not exhaustive. B) Work will take place in occupied buildings, from where the University carries out teaching and research and in student accommodation. All work activity must be carefully planned, wherever possible and take account of the use of each property and the requirements of all building users for minimal noise and disruption. C) Upon completion of works ensure all doors can be opened and closed freely, and ensure all kitchen kick plates can be easily reinstated. NB It is anticipated that where required this work will be completed within outlined project timescales. D) A photographic dilapidations survey prior to commencing any work. This should include all walls finishes adjacent to the floor areas concerned and anything else of note that could be damaged during the course of work. The successful contractor will be responsible for 'making good' any damage their operatives or sub-contractors cause. E) All work must be carried out in line with UK legislation, Approved Codes of Practice and HSE Guidance, as well as normally accepted good practice and following the University's procedures and policies. F) The contractor shall ensure at all times that their personnel act in a responsible manner when on University premises, with due consideration and courtesy to both staff, students and any other visitors. All contractors' personnel should be readily identifiable, wearing company attire, and should carry identification when in attendance at University premises. *N.B. This contract will not include floor coverings that are purchased by the University as part of a Capital/refurbishment Works project. This will be tendered separately as part of our capital works projects. The framework will operate on a ranked basis and will comprise of 2 geographical lots with 2 suppliers appointed to each lot. Suppliers will have the option of bidding for one or both lots. Due to capacity concerns a supplier bidding for both lots will only be awarded on to one lot. Suppliers will be asked to rank each lot bid for in order of preference. In the event a supplier is ranked 1st in both lots, the 1st ranked supplier will be awarded their preferred lot and the 2nd ranked supplier in the remaining lot will be allocated 1st ranking. The same rule shall apply if a supplier is ranked 2nd in both lots. This will mean that a total of 4 different suppliers will be appointed to this framework.. The estimated value stated in II.2.6 is for the 4 year duration of the framework agreement. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: This framework agreement is subject to renewal in 4 years time.
Humanities, Arts and Social Sciences and Accommodation, Catering and Events (ACE) and Professional ServicesLot 2 - Humanities, Arts and Social Sciences and Accommodation, Catering and Events (ACE) and Professional Services Description of this procurement is the same as for Lot 1. For full details please see description under Lot 1.. The estimated value stated in II.2.6 is for the 4 year duration of the framework agreement Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: This framework agreement is estimated to be renewed in 4 years time.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000554452
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP332390
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45430000 - Floor and wall covering work
Notice Value(s)
- Tender Value
- £962,580 £500K-£1M
- Lots Value
- £962,580 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Sep 20187 years ago
- Submission Deadline
- 29 Oct 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- In 4 years time.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Not specified
- Contact Email
- gordon.whittaker@ed.ac.uk
- Contact Phone
- +44 1316502759
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1HT
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP332390
Framework Agreement (incorporating a MTC) for Floor Coverings up to 50000GBP - The University wishes to appoint a total of 4 suppliers to a framework agreement, incorporating a measured term contract, for the supply and installation of floor coverings up to the value of 50000GBP (excluding VAT) across the University estate. The successful contractors will provide a full 'one stop shop' service related to the supply and installation of floor coverings and the replacement of existing coverings and all associated work, as required, in existing buildings. The framework will operate on a ranked basis and will comprise of 2 geographical lots with 2 suppliers appointed to each lot. Suppliers will have the option of bidding for one or both lots. A supplier bidding for both lots will only be awarded on to one lot. Suppliers will be asked to rank each lot bid for in order of preference. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000554452-2018-09-27T00:00:00Z",
"date": "2018-09-27T00:00:00Z",
"ocid": "ocds-r6ebe6-0000554452",
"initiationType": "tender",
"parties": [
{
"id": "org-6",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"email": "Gordon.Whittaker@ed.ac.uk",
"telephone": "+44 1316502759",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-6"
},
"tender": {
"id": "LIT0599",
"title": "Framework Agreement (incorporating a MTC) for Floor Coverings up to 50000GBP",
"description": "The University wishes to appoint a total of 4 suppliers to a framework agreement, incorporating a measured term contract, for the supply and installation of floor coverings up to the value of 50000GBP (excluding VAT) across the University estate. The successful contractors will provide a full 'one stop shop' service related to the supply and installation of floor coverings and the replacement of existing coverings and all associated work, as required, in existing buildings. The framework will operate on a ranked basis and will comprise of 2 geographical lots with 2 suppliers appointed to each lot. Suppliers will have the option of bidding for one or both lots. A supplier bidding for both lots will only be awarded on to one lot. Suppliers will be asked to rank each lot bid for in order of preference. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45430000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "45430000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 962580,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-10-29T12:00:00Z"
},
"documents": [
{
"id": "SEP332390",
"documentType": "contractNotice",
"title": "Framework Agreement (incorporating a MTC) for Floor Coverings up to 50000GBP",
"description": "The University wishes to appoint a total of 4 suppliers to a framework agreement, incorporating a measured term contract, for the supply and installation of floor coverings up to the value of 50000GBP (excluding VAT) across the University estate. The successful contractors will provide a full 'one stop shop' service related to the supply and installation of floor coverings and the replacement of existing coverings and all associated work, as required, in existing buildings. The framework will operate on a ranked basis and will comprise of 2 geographical lots with 2 suppliers appointed to each lot. Suppliers will have the option of bidding for one or both lots. A supplier bidding for both lots will only be awarded on to one lot. Suppliers will be asked to rank each lot bid for in order of preference. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP332390",
"format": "text/html"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"lots": [
{
"id": "1",
"title": "Science & Engineering and Medical & Veterinary Sciences",
"description": "Lot 1 - Science & Engineering and Medical & Veterinary Sciences. The successful contractors will provide a full 'one stop shop' service related to the supply and installation of floor coverings and the replacement of existing coverings and all associated work, as required, in existing buildings including, but not limited to - A) Supply and installation of carpets (tiles and broadloom), vinyls, marmoleum, linoleum, quarry tiles, ceramic floor tiles, laminates and dirt control mats, including all associated threshold finishes and bars. The work will include moving furniture and office equipment. NB The list of floor covering types is not exhaustive. B) Work will take place in occupied buildings, from where the University carries out teaching and research and in student accommodation. All work activity must be carefully planned, wherever possible and take account of the use of each property and the requirements of all building users for minimal noise and disruption. C) Upon completion of works ensure all doors can be opened and closed freely, and ensure all kitchen kick plates can be easily reinstated. NB It is anticipated that where required this work will be completed within outlined project timescales. D) A photographic dilapidations survey prior to commencing any work. This should include all walls finishes adjacent to the floor areas concerned and anything else of note that could be damaged during the course of work. The successful contractor will be responsible for 'making good' any damage their operatives or sub-contractors cause. E) All work must be carried out in line with UK legislation, Approved Codes of Practice and HSE Guidance, as well as normally accepted good practice and following the University's procedures and policies. F) The contractor shall ensure at all times that their personnel act in a responsible manner when on University premises, with due consideration and courtesy to both staff, students and any other visitors. All contractors' personnel should be readily identifiable, wearing company attire, and should carry identification when in attendance at University premises. *N.B. This contract will not include floor coverings that are purchased by the University as part of a Capital/refurbishment Works project. This will be tendered separately as part of our capital works projects. The framework will operate on a ranked basis and will comprise of 2 geographical lots with 2 suppliers appointed to each lot. Suppliers will have the option of bidding for one or both lots. Due to capacity concerns a supplier bidding for both lots will only be awarded on to one lot. Suppliers will be asked to rank each lot bid for in order of preference. In the event a supplier is ranked 1st in both lots, the 1st ranked supplier will be awarded their preferred lot and the 2nd ranked supplier in the remaining lot will be allocated 1st ranking. The same rule shall apply if a supplier is ranked 2nd in both lots. This will mean that a total of 4 different suppliers will be appointed to this framework.. The estimated value stated in II.2.6 is for the 4 year duration of the framework agreement. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "active",
"value": {
"amount": 312140,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "This framework agreement is subject to renewal in 4 years time."
}
},
{
"id": "2",
"title": "Humanities, Arts and Social Sciences and Accommodation, Catering and Events (ACE) and Professional Services",
"description": "Lot 2 - Humanities, Arts and Social Sciences and Accommodation, Catering and Events (ACE) and Professional Services Description of this procurement is the same as for Lot 1. For full details please see description under Lot 1.. The estimated value stated in II.2.6 is for the 4 year duration of the framework agreement Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "active",
"value": {
"amount": 650440,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "This framework agreement is estimated to be renewed in 4 years time."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647,
"maximumLotsAwardedPerSupplier": 1
},
"contractTerms": {
"performanceTerms": "As detailed within the ITT documentation package."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2018-12-12T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Suppliers or their sub-contractor should be a current member of the Contract Flooring Association (CFA) or equivalent."
},
{
"type": "economic",
"description": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 156070 GBP for Lot 1 and 325,220 GBP for Lot 2, for the last 3 years. 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 and 4B.5.2 Statement 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 = 10 million GBP Public Liability Insurance = 10 million GBP 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. Statement 2 - Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their 2 most recent sets of annual audited accounts including profit and loss information."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 4
}
},
"classification": {
"id": "45430000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "In 4 years time."
}
},
"language": "EN",
"description": "NOTE: Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Forms (MO Excel document) attached to ESPD question 2C.1.1 on PCS-T. These parties must complete the first three sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. 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 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&from=EN) -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 PQQ exercise. The Project code is 11757. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:554452)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000554452"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}