Notice Information
Notice Title
Mechanical Works and Associated Services
Notice Description
The University of Edinburgh wishes to appoint a Mechanical Services Framework Agreement (incorporating a Measured Term Contract) for the provision of reactive maintenance, planned works and associated services to all mechanical plant and equipment within the University of Edinburgh estate. The framework may also be utilised for Small Projects and Minor Works capital projects where appropriate. 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. The Framework Agreement will include the University of Edinburgh's estate of approximately 550 buildings in Edinburgh and Midlothian and 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 framework agreement will operate under the JCT FA 2016 Framework Agreement 2016 and all call-offs awarded under the framework will come under the Measured Term Contract for use in Scotland MTC/Scot (2011 Edition). The work to be carried out under the Framework Agreement is as described in the General Directions, Tasks and Specification information in the NSR Schedule of Rates for mechanical services are listed below: S10 - Cold water S11 - Hot water S12 - Hot and cold water (small scale) S13 - Pressurized water S20 - Treated/Deionised/Distilled water S32 - Natural gas S41 - Fuel oil storage/distribution S60 - Fire hose reels S61 - Dry risers S62 - Wet Risers S65 - Fire hydrants S71 - Foam fire fighting T10 - Gas/oil fired boilers T14 - Heat pumps T15 - Solar collectors T16 - Alternative fuel boilers T30 - Medium temperature hot water heating T31 - Low temperature hot water heating T32 - Low temperature hot water heating (small scale) T50 - Heat Recovery U41 - Fan-coil air conditioning U60 - Air Conditioning Units U70 - Air curtains Y10 - Pipelines Y11 - Pipeline ancillaries Y20 - Pumps Y21 - Water tanks/cisterns Y30 - Air ductlines Y31 - Air ductline ancillaries Y41 - Fans Y45 - Silences/Acoustic Treatment Y46 - Grills/diffusers/louvres Y50 - Thermal insulation Y53 - Control components - Mechanical Builders Work (Excavation, Concrete, Markers and covers, Cable ducts and troughs, Metalwork, Painting, Cutting away and making good and Removing and refixing) The activity is spread over five locations covering 800,000 square metres with student accommodation provided at the Pollock Halls of Residence and across a range of flats around city. Other locations include Central Edinburgh Area, Kings Buildings, Bush Estate, the Roslin Institute, the Western General Hospital, Edinburgh Royal Infirmary and Firbush Outdoor Education Centre. As required under CDM 2015, the Provider(s) is responsible for the co-ordination, supervision and administration of the Works, including all sub contracts. The Provider shall arrange and monitor a programme with each sub-contractor, supplier, local authority and statutory undertaker, and obtain and supply information as necessary for the co-ordination of the work.
Lot Information
Science and Engineering and Medical and Veterinary Sciences
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 70 percent Quality and 30 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 42 or more out of 70 to progress to award. Bidders can bid for one or both Lots. The four highest scoring suppliers will be invited on to each Lot. For each Lot, suppliers will be ranked in order of highest Quality and Cost score achieved, with options to award contracts by direct award or mini competition. A bidder may only be ranked first in one of the Lots and consideration will be given to the bidder's Lot preferences. 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 services of a comparative nature and of a similar scale and complexity for Lot 1 and Lot 2 Mechanical Works and Associated Services. The works to be carried out under the Framework Agreement are described in the General Directions, Tasks and Specification information in the NSR Schedule of Rates for mechanical services. See Section II.1.4 of this contract notice and Schedule 3 of the ITT for full details of scope of works and services required. ITT Award l Section (70 percent Quality and 30 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 and Problem Solving, 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 bidder will confirm the daywork rates and percentages of uplift applied the NSR schedule. The bidder who submits the lowest cost 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: The term of the Framework Agreement is 24 months with an option to extend a further 24 months in total.
Humanities, Arts and Social Sciences, Accommodation, Catering and Events and Professional ServicesThis 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 70 percent Quality and 30 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 42 or more out of 70 to progress to award. Bidders can bid for one or both Lots. The four highest scoring suppliers will be invited on to each Lot. For each Lot, suppliers will be ranked in order of highest Quality and Cost score achieved, with options to award contracts by direct award or mini competition. A bidder may only be ranked first in one of the Lots and consideration will be given to the bidder's Lot preferences. 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 services of a comparative nature and of a similar scale and complexity for Lot 1 and Lot 2 Mechanical Works and Associated Services. The works to be carried out under the Framework Agreement are described in the General Directions, Tasks and Specification information in the NSR Schedule of Rates for mechanical services. See Section II.1.4 of this contract notice and Schedule 3 of the ITT for full details of scope of works and services required. ITT Award l Section (70 percent Quality and 30 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 and Problem Solving, 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 bidder will confirm the daywork rates and percentages of uplift applied the NSR schedule. The bidder who submits the lowest cost 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: The Framework Agreement term is 24 months with an option to extend by a further 24 months in total.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03ef1f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030361-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45351000 - Mechanical engineering installation works
Notice Value(s)
- Tender Value
- £25,300,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £12,640,260 £10M-£100M
Notice Dates
- Publication Date
- 23 Sep 20241 years ago
- Submission Deadline
- 30 Jan 2024Expired
- Future Notice Date
- 1 Nov 2023Expired
- Award Date
- 26 Aug 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 12 months prior to framework expiry date
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Not specified
- Contact Email
- maria.dick@ed.ac.uk
- Contact Phone
- Not specified
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 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-h6vhtk-03ef1f-2024-09-23T15:47:17+01:00",
"date": "2024-09-23T15:47:17+01:00",
"ocid": "ocds-h6vhtk-03ef1f",
"description": "The estimated Framework value over four years is 25,280,520 GBP. (SC Ref:778679)",
"initiationType": "tender",
"tender": {
"id": "EC1006",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Mechanical Works and Associated Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45351000",
"description": "Mechanical engineering installation works"
},
"mainProcurementCategory": "works",
"description": "The University of Edinburgh wishes to appoint a Mechanical Services Framework Agreement (incorporating a Measured Term Contract) for the provision of reactive maintenance, planned works and associated services to all mechanical plant and equipment within the University of Edinburgh estate. The framework may also be utilised for Small Projects and Minor Works capital projects where appropriate. 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. The Framework Agreement will include the University of Edinburgh's estate of approximately 550 buildings in Edinburgh and Midlothian and 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 framework agreement will operate under the JCT FA 2016 Framework Agreement 2016 and all call-offs awarded under the framework will come under the Measured Term Contract for use in Scotland MTC/Scot (2011 Edition). The work to be carried out under the Framework Agreement is as described in the General Directions, Tasks and Specification information in the NSR Schedule of Rates for mechanical services are listed below: S10 - Cold water S11 - Hot water S12 - Hot and cold water (small scale) S13 - Pressurized water S20 - Treated/Deionised/Distilled water S32 - Natural gas S41 - Fuel oil storage/distribution S60 - Fire hose reels S61 - Dry risers S62 - Wet Risers S65 - Fire hydrants S71 - Foam fire fighting T10 - Gas/oil fired boilers T14 - Heat pumps T15 - Solar collectors T16 - Alternative fuel boilers T30 - Medium temperature hot water heating T31 - Low temperature hot water heating T32 - Low temperature hot water heating (small scale) T50 - Heat Recovery U41 - Fan-coil air conditioning U60 - Air Conditioning Units U70 - Air curtains Y10 - Pipelines Y11 - Pipeline ancillaries Y20 - Pumps Y21 - Water tanks/cisterns Y30 - Air ductlines Y31 - Air ductline ancillaries Y41 - Fans Y45 - Silences/Acoustic Treatment Y46 - Grills/diffusers/louvres Y50 - Thermal insulation Y53 - Control components - Mechanical Builders Work (Excavation, Concrete, Markers and covers, Cable ducts and troughs, Metalwork, Painting, Cutting away and making good and Removing and refixing) The activity is spread over five locations covering 800,000 square metres with student accommodation provided at the Pollock Halls of Residence and across a range of flats around city. Other locations include Central Edinburgh Area, Kings Buildings, Bush Estate, the Roslin Institute, the Western General Hospital, Edinburgh Royal Infirmary and Firbush Outdoor Education Centre. As required under CDM 2015, the Provider(s) is responsible for the co-ordination, supervision and administration of the Works, including all sub contracts. The Provider shall arrange and monitor a programme with each sub-contractor, supplier, local authority and statutory undertaker, and obtain and supply information as necessary for the co-ordination of the work.",
"value": {
"amount": 25300000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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 70 percent Quality and 30 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 42 or more out of 70 to progress to award. Bidders can bid for one or both Lots. The four highest scoring suppliers will be invited on to each Lot. For each Lot, suppliers will be ranked in order of highest Quality and Cost score achieved, with options to award contracts by direct award or mini competition. A bidder may only be ranked first in one of the Lots and consideration will be given to the bidder's Lot preferences. 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 services of a comparative nature and of a similar scale and complexity for Lot 1 and Lot 2 Mechanical Works and Associated Services. The works to be carried out under the Framework Agreement are described in the General Directions, Tasks and Specification information in the NSR Schedule of Rates for mechanical services. See Section II.1.4 of this contract notice and Schedule 3 of the ITT for full details of scope of works and services required. ITT Award l Section (70 percent Quality and 30 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 and Problem Solving, 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 bidder will confirm the daywork rates and percentages of uplift applied the NSR schedule. The bidder who submits the lowest cost 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",
"status": "cancelled",
"title": "Science and Engineering and Medical and Veterinary Sciences",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The term of the Framework Agreement is 24 months with an option to extend a further 24 months in total."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Humanities, Arts and Social Sciences, Accommodation, Catering and Events and Professional Services",
"description": "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 70 percent Quality and 30 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 42 or more out of 70 to progress to award. Bidders can bid for one or both Lots. The four highest scoring suppliers will be invited on to each Lot. For each Lot, suppliers will be ranked in order of highest Quality and Cost score achieved, with options to award contracts by direct award or mini competition. A bidder may only be ranked first in one of the Lots and consideration will be given to the bidder's Lot preferences. 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 services of a comparative nature and of a similar scale and complexity for Lot 1 and Lot 2 Mechanical Works and Associated Services. The works to be carried out under the Framework Agreement are described in the General Directions, Tasks and Specification information in the NSR Schedule of Rates for mechanical services. See Section II.1.4 of this contract notice and Schedule 3 of the ITT for full details of scope of works and services required. ITT Award l Section (70 percent Quality and 30 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 and Problem Solving, 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 bidder will confirm the daywork rates and percentages of uplift applied the NSR schedule. The bidder who submits the lowest cost 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",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Agreement term is 24 months with an option to extend by a further 24 months in total."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"relatedLot": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45351000",
"description": "Mechanical engineering installation works"
}
]
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45351000",
"description": "Mechanical engineering installation works"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2023-11-01T00:00:00Z",
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD ref. 4A.2 Statement Bidders must confirm if they hold the particular authorisation or memberships. Please note \"working towards\" any of these requirements are not acceptable. - Gas Safe Registration. - Membership of SNIPEF or Equivalent - Membership of BESA or Equivalent SPD 4D.1 Statement 1: Quality Management The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), SPD 4D.1 Statement 2: Health & Safety The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. SPD 4D.2 Statement: Environmental Management The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate If the Bidder does not hold the ISO accreditation noted above, Bidders must refer to the ITT for full description of details.",
"appliesTo": [
"supplier"
]
},
{
"minimum": "SPD ref. 4B Economic and Financial Standing Lot 1 - Bidders will be required to have a minimum \"general\" yearly turnover of 750,000 GBP for the last 3 years (excluding VAT). Lot 2 - Bidders will be required to have a minimum \"general\" yearly turnover of 500,000 GBP for the last 3 years (excluding VAT). Lot 1 and 2 - Financial turnover if bidding for both Lots. Bidders will be required to have a minimum \"general\" yearly turnover of 1,250,000 GBP for the last 3 years (excluding VAT). 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 - 10 million GBP Public/ Product Liability Insurance - 5 million GBP Professional Indemnity Insurance - 2 million GBP 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."
}
]
},
"contractTerms": {
"performanceTerms": "Please refer to the ITT tender documents for full details",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 8
}
},
"tenderPeriod": {
"endDate": "2024-01-30T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2024-01-30T12:00:00Z"
},
"bidOpening": {
"date": "2024-01-30T12:00:00Z"
},
"hasRecurrence": true,
"recurrence": {
"description": "12 months prior to framework expiry date"
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-01-30T12:00:00Z"
},
"newValue": {
"date": "2024-02-13T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2024-01-30T12:00:00Z"
},
"newValue": {
"date": "2024-02-13T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Tender closed extended to meet bidders requirement for more time to obtain costs from their supply chain"
}
]
},
"parties": [
{
"id": "GB-FTS-2023",
"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",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "maria.dick@ed.ac.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.ed.ac.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-59345",
"name": "Edinburgh Sherrif Court",
"identifier": {
"legalName": "Edinburgh Sherrif Court"
},
"address": {
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-124957",
"name": "OCS Group UK Ltd",
"identifier": {
"legalName": "OCS Group UK Ltd"
},
"address": {
"streetAddress": "4 Norton Park, Abbey Hill",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH7 5RS",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-48169",
"name": "John G Mackintosh",
"identifier": {
"legalName": "John G Mackintosh"
},
"address": {
"streetAddress": "30 Dryden Road",
"locality": "Loanhead",
"region": "UKM75",
"postalCode": "EH20 9LZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-14167",
"name": "Taylor and Fraser",
"identifier": {
"legalName": "Taylor and Fraser"
},
"address": {
"streetAddress": "117 Abercorn Street",
"locality": "Paisley",
"region": "UKM",
"postalCode": "PA3 4DH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-124958",
"name": "Arc-Tech Scotland Ltd.",
"identifier": {
"legalName": "Arc-Tech Scotland Ltd."
},
"address": {
"streetAddress": "Unit 1, 11 Cambuslang Road, Cambuslang Investment Park",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G32 8NB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-2023",
"name": "University Of Edinburgh"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000753404"
}
],
"language": "en",
"awards": [
{
"id": "030361-2024-1",
"relatedLots": [
"1"
],
"title": "Science and Engineering and Medical and Veterinary Sciences",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-124957",
"name": "OCS Group UK Ltd"
},
{
"id": "GB-FTS-14167",
"name": "Taylor and Fraser"
},
{
"id": "GB-FTS-124958",
"name": "Arc-Tech Scotland Ltd."
},
{
"id": "GB-FTS-48169",
"name": "John G Mackintosh"
}
]
},
{
"id": "030361-2024-2",
"relatedLots": [
"2"
],
"title": "Humanities, Arts and Social Sciences, Accommodation, Catering and Events and Professional Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-48169",
"name": "John G Mackintosh"
},
{
"id": "GB-FTS-124958",
"name": "Arc-Tech Scotland Ltd."
},
{
"id": "GB-FTS-14167",
"name": "Taylor and Fraser"
},
{
"id": "GB-FTS-124957",
"name": "OCS Group UK Ltd"
}
]
}
],
"contracts": [
{
"id": "030361-2024-1",
"awardID": "030361-2024-1",
"title": "Science and Engineering and Medical and Veterinary Sciences",
"status": "active",
"value": {
"amount": 12640260,
"currency": "GBP"
},
"dateSigned": "2024-08-27T00:00:00+01:00"
},
{
"id": "030361-2024-2",
"awardID": "030361-2024-2",
"title": "Humanities, Arts and Social Sciences, Accommodation, Catering and Events and Professional Services",
"status": "active",
"value": {
"amount": 12640260,
"currency": "GBP"
},
"dateSigned": "2024-08-27T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 8
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 6
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 7
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 7
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 8
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 7
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 8
}
]
}
}