{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000534371-2018-03-08T00:00:00Z",
    "date": "2018-03-08T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000534371",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-87",
            "name": "University of Strathclyde",
            "identifier": {
                "legalName": "University of Strathclyde"
            },
            "address": {
                "streetAddress": "40 George Street, Procurement Department",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G1 1QE"
            },
            "contactPoint": {
                "email": "catriona.marshall@strath.ac.uk",
                "telephone": "+44 1415482823",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.strath.ac.uk/"
            }
        }
    ],
    "buyer": {
        "name": "University of Strathclyde",
        "id": "org-87"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000534371",
        "title": "Replacement of Student Residences' Switchgear",
        "description": "The University is looking to award a contract for the replacement of the main switchboard and sub-main switchgears in its Birkbeck Court student residences.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "Village Office, Lord Todd Building, 1 Weaver Street, Glasgow, G4 0NG"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-03-28T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-03-28T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR312752",
                "documentType": "contractNotice",
                "title": "Replacement of Student Residences' Switchgear",
                "description": "The University is looking to award a contract for the replacement of the main switchboard and sub-main switchgears in its Birkbeck Court student residences.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR312752",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The University is looking to award a contract for the replacement of the main switchboard, and sub-main switchgears, in the Birkbeck Court Student Residences. Please refer to Appendix L Guidance Notes for the ESPD in the General Attachments area of PCS-T for full details on the minimum technical and financial criteria for participating in this contract. For Part 4C.1 of the ESPD, Tenderers will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Contract Notice.",
                "status": "active",
                "options": {
                    "description": "The University reserves the right to request additional deliveries by the Successful Tenderer either intended as partial replacement of supplies or installations or as the extension of existing supplies or installations. The University may at is sole discretion exercise this option."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2018-06-16T00:00:00Z",
                    "endDate": "2018-06-30T00:00:00Z"
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2018-03-28T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Please refer to the tender documentation for full details."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Part 4C.2 ESPD Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control."
                },
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing section 4B of the ESPD (Scotland) Statement 4B.2.2 Bidders will be required to have an average yearly turnover of a minimum of 300,000 GBP in the business area covered by the contract for the last 3 years. Statement for 4B.2.3 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 or started trading. Statement for 4B.5.1 - 4B.5.3 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 of insurance indicated below. Employer's (Compulsory) Liability Insurance = 2 million GBP Public Liability Insurance = 2 million GBP Product Liability Insurance = 2 million GBP Statement for 4B.6 The Contracting authority also reserves the right to undertake a credit risk rating check on Bidders. Should such checks be deemed appropriate to this procurement, the Contracting Authority shall utilise Dun & Bradstreet (D&B) credit check facility. Bidders must therefore evidence a good credit rating. In this instance, a good rating is defined as a D&B Failure Score of 20 or above. The Contracting Authority recommends that Bidders review their own D&B failure Score in advance of submitting their response. If, following this review Bidders consider that the D&B Failure Score does not reflect their current financial status the Bidder should give an explanation within the submission, together with any relevant supporting independent evidence. The Contracting Authority will review any such information as part of the evaluation of Bidder's financial status. Where the Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their submission in order that the Contracting Authority may assess these to determine the suitability of the Bidder to undertake a contract of this size. Where a consortium response is received, the D&B Failure Score of each consortium member shall be assessed. Where the Bidder intends to sub-contract more than 25% of any Contract value of a single sub-contractor, the Contracting Authority reserves the right to assess each sub contractor. Should the Contracting Authority utilise the right to consider the D&B Failure score, Bidders who fail to achieve a minimum D&B failure score of 20 and above or fail to provide sufficient financial information (as above) to enable the Contracting Authority to undertake a financial assessment of their company may be excluded from this procurement exercise."
                },
                {
                    "type": "technical",
                    "description": "4C.1 - Works Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. 4C.2 - Technicians and Technical Bodies Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. 4C.8.1 - Manpower Bidders will be required to confirm their average annual manpower for the last three years. 4C.10 - Subcontracting Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 Quality Assurance Schemes The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent)."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "44000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Part 3: Exclusions Economic Operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. 4. Sub- contractors - 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. Award Criteria The Price/Technical split for this ITT will be 50% Quality/50% Commercial. The following scoring mechanism will be applied to the Quality Evaluation. The award criteria questions and weightings will be published in the ITT. 0 Unacceptable: Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor: Response is partially relevant and 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. Technical/Quality Questionnaire: Section overall Weight = 50% of tender response. Q1. Service Delivery - Methodology and Programme (45%) Q2. Service Delivery - Personnel (30%) Q3. Health & Safety (25%) The buyer is using PCS-Tender to conduct this tendering exercise. The Project code is 10257. 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 The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: The Contracting Authority recognises that community benefits are a key component in maximising social, economic and environmental benefits. The achievements and delivery of community benefits can contribute to the University of Strathclyde's Strategic Plan. The Contracting Authority proposes to use a Voluntary Approach to Community Benefits for this requirement; this approach is to encourage the Tenderer to offer Community Benefits post tender. These will not form part of the contractual obligation and will not form part of the considerations at Tender evaluation stage. The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer either intended as partial replacement of supplies or installations or as the extension of existing supplies or installations. The Contracting Authority may at its sole discretion exercise this option. The terms and conditions governing this contract will be the University of Strathclyde's Standard Conditions of Purchase for Goods and Services, and the additional terms of contract at Part 2 of the Invitation to Tender. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10257. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:515071) The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10257. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:534371)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000534371"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}