Painting and Decorating Framework

A Tender Notice
by UNIVERSITY OF EDINBURGH

Source
Find a Tender
Type
Framework (Works)
Duration
4 year
Value
£0-£5M
Sector
CONSTRUCTION
Published
08 Jan 2025
Delivery
To 20 Jan 2029 (est.)
Deadline
10 Feb 2025 12:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The University of Edinburgh wishes to appoint a Painting and Decorating Framework agreement for works across the estate. 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. 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 three plus one 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.

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 60 percent Quality and 40 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 30 or more out of 60 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 Painting and Decorating Framework Agreement incorporating a Measured Term Contract, for the provision of reactive maintenance, planned small works and associated services. ITT Award l Section (60 percent Quality and 40 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, 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. Additional information: 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

Renewal Options

Retender process to begin nine months prior to expiry

Award Criteria

Quality 60
price 40

CPV Codes

  • 45442100 - Painting work
  • 45442180 - Repainting work

Indicators

  • This is a recurring contract.
  • Options are available.
  • Renewals are available.
  • Financial restrictions apply.
  • Staff qualifications are relevant.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 2A.17 If participating as a group, consortium, joint venture, or similar arrangement, bidders must answer "yes" and complete the supplier response form at section 2A.17.4. 2C.1 If relying on other suppliers' capacities to meet the selection criteria in Parts 4 and 5, bidders must answer "yes." These suppliers must complete the first three sections of the SPD supplier response form under section 2C.1.1. Any criteria responses from SPD section 4 fulfilled by these suppliers must be clearly labelled with their name and submitted with the main bid. 2D.1 If subcontracting to entities not relied upon for selection criteria, bidders must answer "yes" and list these entities as far as known. The supplier response form is not required at this stage but must be submitted (with sections 1–3 completed) upon request. Modern Slavery, Blacklisting, Equalities Act – Bidders and subcontractors may be excluded for non-compliance with social, environmental, and labour obligations under national, EU, or international law (per SPD section 3D). Obligations include: -Modern Slavery Act 2015 -ILO conventions and Annex X of Directive 2014/24/EU -Equality Act 2010 -Employment Relations Act 1999 (Blacklists) Regulations 2010 These are grounds for mandatory exclusion or contract termination. Bidders and subcontractors may need to provide proof of compliance or self-cleansing measures, including the annual statement under section 54 of the Modern Slavery Act for organisations with a turnover of GBP 36M+. Procurement Exercise Details: This ITT is conducted via PCS-Tender (Project code: 28042). For details, see: https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/539386740194... A subcontract clause is included: https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/539386740194... Community benefits apply: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28042. 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: 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) (SC Ref:786818)

Reference

Domains