Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 31st Jan 2025
Reference | ocds-h6vhtk-04da82 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 31st Jan 2025
Reference | ocds-h6vhtk-04da82 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
University of Aberdeen
University Office, King's College
Aberdeen
AB24 3FX
e-sourcing [at] abdn.ac.uk
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
http://www.abdn.ac.uk/procurement
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00102
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Gutter and roof cleaning maintenance framework - University of Aberdeen
Reference number
AU24/43
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
The framework contract will be for a service to cover reactive, planned & statutory maintenance and associated services to include, but not limited to:
External and internal building fabric and surrounding roads and paths cleaning maintenance Replacement of floorcoverings around campus.
Vacuum system with camera - Gutter cleaning inclusive of hoppers, outlets and downpipes.
Vacuum system - Roof cleaning inclusive of flat surfaces, parapets, tabling, outlets and downpipes.
Vacuum system - Clearing roofs of excess water due to outlet blockages.
Vacuum system - Road gulley cleaning.
Surface soakaway channel cleaning.
Entrance matting drainage channel cleaning.
Internal floors – floor Burnishing
Building glass canopy cleaning.
Building profiled sheeting canopies cleaning.
Granite cleaning.
Stonework cleaning.
Power washing. (roofs, paths, stringer courses, canopies, external access & egress areas, steps.)
Steam cleaning.
Cleaning of campus signage.
Cleaning of stainless-steel facias and facades.
Removal of graffiti around campus from buildings and external walls.
Cleaning after flood damage.
Builders cleans on completion of refurbishment works.
Sparkle cleans on completion of refurbishment works.
Drone associated works, camera only and cleaning options.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
II.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
II.2.4) Description of the procurement
The framework contract will be for a service to cover reactive, planned & statutory maintenance and associated services to include, but not limited to:
External and internal building fabric and surrounding roads and paths cleaning maintenance Replacement of floorcoverings around campus.
Vacuum system with camera - Gutter cleaning inclusive of hoppers, outlets and downpipes.
Vacuum system - Roof cleaning inclusive of flat surfaces, parapets, tabling, outlets and downpipes.
Vacuum system - Clearing roofs of excess water due to outlet blockages.
Vacuum system - Road gulley cleaning.
Surface soakaway channel cleaning.
Entrance matting drainage channel cleaning.
Internal floors – floor Burnishing
Building glass canopy cleaning.
Building profiled sheeting canopies cleaning.
Granite cleaning.
Stonework cleaning.
Power washing. (roofs, paths, stringer courses, canopies, external access & egress areas, steps.)
Steam cleaning.
Cleaning of campus signage.
Cleaning of stainless-steel facias and facades.
Removal of graffiti around campus from buildings and external walls.
Cleaning after flood damage.
Builders cleans on completion of refurbishment works.
Sparkle cleans on completion of refurbishment works.
Drone associated works, camera only and cleaning options.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the Framework agreement will be effective from 1st August for an initial period of 2 years with the option to extend for two (2) further periods, each of 12 months subject to satisfactory annual review and mutual agreement.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
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 they 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
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
III.2) Conditions related to the contract
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: 2
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
3 March 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: 5 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
3 March 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: It is anticipated that the Framework agreement will be effective from 1st August for an initial period of 2 years with the option to extend for two (2) further periods, each of 12 months subject to satisfactory annual review and mutual agreement.
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
Appendix A - Commercial Schedule
Appendix B – Technical Schedule
Appendix C – SCDA Questionnaire
Appendix D – Form of Tender
Appendix E – Terms and Conditions
Appendix F – Supply Chain Code of Conduct
Appendix G – Vendor Questions
Living Wage Status: Please provide details on your position on the Real Living Wage. This information should be submitted in the Technical envelope. It is for information only and will not be scored.
Prompt Payment: Tenderers must confirm that payment of subcontractors at all stages of the supply chain will be made within a maximum of 30 days and that this will be managed.
Acceptance of Standard Terms and Conditions: Tenderers must confirm that they will accept the Standard Terms and Conditions as set out in Appendix E Terms and Conditions. Tenderers wishing to propose an amendment to the Terms and Conditions may do so by attaching the amendment to the appropriate section in PCS-T. The University will review and consider only minor amendments that do not substantially change the intention of the terms and conditions and note they do not have to accept any amendments proposed. This information should be submitted in the Technical envelope. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28425. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:789305)
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Sheriff Court
Aberdeen
Country
United Kingdom