Construction Tenders

30 April 2025

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 8th Jan 2025

Tender Details
Referenceocds-h6vhtk-04ce10
Common Procurement VocabularyPainting work
Procurement MethodOpen procedure
Value£5,147,493
More Tenders »

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 8th Jan 2025

Tender Details
Referenceocds-h6vhtk-04ce10
Common Procurement VocabularyPainting work
Procurement MethodOpen procedure
Value£5,147,493

Section I: Contracting authority

I.1) Name and addresses

University Of Edinburgh

Charles Stewart House, 9-16 Chambers Street

Edinburgh

EH1 1HT

Contact

Steven Glynn

Email

sglynn2 [at] ed.ac.uk

Telephone

+44 1316502759

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.ed.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Painting and Decorating Framework

Reference number

EC1033

II.1.2) Main CPV code

  • 45442100 - Painting work

II.1.3) Type of contract

Works

II.1.4) Short 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.

II.1.5) Estimated total value

Value excluding VAT: £5,147,493

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45442180 - Repainting work

II.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Retender process to begin nine months prior to expiry

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

This contract will run for an initial period of 36 months. As detailed in the ITT, the University has the option to extend this contract by one period of 12 months, potentially taking the contract to a total of 48 months.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) 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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

Economic and financial standing – Question 4B1.1

Minimum level(s) of standards possibly required

Tenderers are required to have a minimum “general” annual turnover of GBP 857,914 for the last three financial years.

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 in question 4B3.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,

the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance - GBP 5 million

Public/Product Liability Insurance - GBP 10 million

Professional Indemnity Insurance - GBP 2 million

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.

4B.6 Statement 2:

Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations.

Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios:

- Current Ratio

- Quick Ratio

- Debtors Turnover Ratio

- Return on Assets

- Working Capital

- Debt to Equity Ratio

- Gross Profit Ratio

A review of your ratios and audited accounts may be undertaken. In some cases, this review may lead to an additional request for further financial information to help clarify any potential issues raised.

This information may be used to assess financial sustainability.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Minimum level(s) of standards required:

SPD ref. 4C1.2 Question

Minimum level(s) of standards possibly required

Minimum number of relevant examples: THREE EXAMPLES

Requirement: Bidders will be required to provide three examples of works and associated services that demonstrate the range of project types and contracts undertaken by them during the past five years that demonstrate that they have the relevant experience in delivering services of a comparative nature and of a similar scale and complexity as required under the Painting and Decorating Framework, as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.

Example 1: Value should be up to GBP 5000

Example 2: Value Should be between GBP 5000to GBP 20,000

Example 3: Value should be between GBP 20,000to GBP 150,000

Bidder’s examples should include but are not limited to the following details in their service provision examples:

-Detailed description of the service (including detail of whether the service was planned or reactive)

-Value of the contract/service

-Contract period

-Complexity of estate managed

-Details of multi/complex stakeholder engagement.

-Location, including name and address of the client contact to provide a reference to the University

In order to ensure that newer or start-up companies have a chance to demonstrate any experience relevant to the current requirement, examples may be provided from within their organisation; bidders may rely on the experience of personnel that they intend to use to carry out the current requirement, even if that experience was gained whilst working for a different organisation.

Examples are not limited to Higher Education contracts only.

Examples from projects carried out on behalf of The University of Edinburgh are permitted.The assessment will be based solely on your written submission. The University will not take into account any previous knowledge.

Your answer should be limited to no more than 6 sides of A4 pages (2 sides per example).

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to the ITT tender documents for full details.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

10 February 2025

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

10 February 2025

Local time

2:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Nine months prior to expiry

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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/53938674019440E5311A

A subcontract clause is included:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/53938674019440E5311A

Community benefits apply:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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-procurement/

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-procurement/

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)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom