Notice Information
Notice Title
Electrical Works and Associated Services Framework Agreement
Notice Description
The University of Edinburgh will shortly be going out to tender via an Open Procedure to appoint suppliers to a Framework Agreement (incorporating a Measured Term Contract) for the provision of Electrical Works and Associated Services to service the University of Edinburgh's Estate of approximately 550 varied buildings in Edinburgh and Midlothian, including all buildings and other property owned, occupied or otherwise used by the University of Edinburgh. 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 operate under the SBCC Framework Agreement for use in Scotland (FA/Scot) 2014 Edition and all call-offs/contracts awarded under the framework will operate under the SBCC Measured Term Contract for use in Scotland (MTC/Scot) 2019 Edition, or, the NEC 4 Contract (where applicable). The next generation Agreement will cover the provision of reactive electrical services maintenance and repairs, planned small works and associated builder's work in connection with electrical work only. 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. For the purposes of this Framework Agreement the University of Edinburgh estate will be divided into two areas or Lots outlined below. Lot 1 - Science & Engineering (Kings Buildings) and Medical & Veterinary Sciences Lot 2 - Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking. The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1). The estimated total contract value is based on forecast spend across both Lots over a 4 year period.
Lot Information
Science & Engineering (KB) and Medical & Veterinary Sciences
The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Electrical Works and Associated Services. It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows. The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. The Technical section is allocated a total weighting of 70%. 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. For example, if a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. A 60% technical minimum threshold will apply - bidders will be required to achieve a minimum score of 42% or more of the overall technical score of 70% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 30%. The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. The technical and commercial score will be combined to give each bidder, who has passed the technical threshold, an overall total score. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking. 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 will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1).
Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services.The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Electrical Works and Associated Services. It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows. The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. The Technical section is allocated a total weighting of 70%. 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. For example, if a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. A 60% technical minimum threshold will apply - bidders will be required to achieve a minimum score of 42% or more of the overall technical score of 70% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 30%. The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. The technical and commercial score will be combined to give each bidder, who has passed the technical threshold, an overall total score. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking. 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 will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04ab9b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/029123-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
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
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45310000 - Electrical installation work
Notice Value(s)
- Tender Value
- £21,336,497 £10M-£100M
- Lots Value
- £21,336,497 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Jun 20258 months ago
- Submission Deadline
- 3 Jul 2025Expired
- Future Notice Date
- 31 Jan 2025Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- 12 months prior to framework expiry date.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- James Clarke
- Contact Email
- jclarke5@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-04ab9b-2025-06-02T12:28:09+01:00",
"date": "2025-06-02T12:28:09+01:00",
"ocid": "ocds-h6vhtk-04ab9b",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29386. 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 will apply. Further information will be detailed within our ITT documentation. (SC Ref:798999)",
"initiationType": "tender",
"tender": {
"id": "EC1039",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Electrical Works and Associated Services Framework Agreement",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "The University of Edinburgh will shortly be going out to tender via an Open Procedure to appoint suppliers to a Framework Agreement (incorporating a Measured Term Contract) for the provision of Electrical Works and Associated Services to service the University of Edinburgh's Estate of approximately 550 varied buildings in Edinburgh and Midlothian, including all buildings and other property owned, occupied or otherwise used by the University of Edinburgh. 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 operate under the SBCC Framework Agreement for use in Scotland (FA/Scot) 2014 Edition and all call-offs/contracts awarded under the framework will operate under the SBCC Measured Term Contract for use in Scotland (MTC/Scot) 2019 Edition, or, the NEC 4 Contract (where applicable). The next generation Agreement will cover the provision of reactive electrical services maintenance and repairs, planned small works and associated builder's work in connection with electrical work only. 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. For the purposes of this Framework Agreement the University of Edinburgh estate will be divided into two areas or Lots outlined below. Lot 1 - Science & Engineering (Kings Buildings) and Medical & Veterinary Sciences Lot 2 - Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking. The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1). The estimated total contract value is based on forecast spend across both Lots over a 4 year period.",
"value": {
"amount": 21336497.7,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Electrical Works and Associated Services. It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows. The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. The Technical section is allocated a total weighting of 70%. 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. For example, if a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. A 60% technical minimum threshold will apply - bidders will be required to achieve a minimum score of 42% or more of the overall technical score of 70% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 30%. The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. The technical and commercial score will be combined to give each bidder, who has passed the technical threshold, an overall total score. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking. 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": "active",
"title": "Science & Engineering (KB) and Medical & Veterinary Sciences",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 8534599.08,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services.",
"description": "The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Electrical Works and Associated Services. It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows. The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. The Technical section is allocated a total weighting of 70%. 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. For example, if a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. A 60% technical minimum threshold will apply - bidders will be required to achieve a minimum score of 42% or more of the overall technical score of 70% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 30%. The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. The technical and commercial score will be combined to give each bidder, who has passed the technical threshold, an overall total score. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking. 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": "Technical",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 12801898.64,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2025-01-31T00:00:00Z",
"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 4A.2 Statement Bidders must confirm if they hold the particular authorisation or memberships. Please note Bidders must have these accreditations or memberships at time of tender and \"working towards\" any of these requirements are not acceptable. - Membership of Select, NICEIC or equivalent; - Membership of CHAS/SSIP or equivalent; - Membership of CSCS or equivalent; - Holders of SJIB grading cards or equivalent; and - Krone (Commscope) approved for data installations, terminations, testing in compliance with BS 6701 BS EN 50173 Generic Cabling Systems and BS EN 50174 Cabling Installation (or approved sub-Contractor).",
"appliesTo": [
"supplier"
]
},
{
"minimum": "SPD Statement 4B.1.1 Lot 1 - Bidders will be required to have a minimum \"general\" yearly turnover of 2,000,000 GBP for the last 3 years (excluding VAT). Lot 2 - Bidders will be required to have a minimum \"general\" yearly turnover of 3,000,000 GBP for the last 3 years (excluding VAT). Lot 1 and 2 (Both Lots) - if bidding for both Lots, Bidders will be required to have a minimum \"general\" yearly turnover of 5,000,000 GBP for the last 3 years (excluding VAT). SPD Statement 4B.5.1 and 4B.5.2 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 SPD 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. SPD 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 documentation 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": "2025-07-03T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2025-07-03T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-07-03T12:00:00+01:00"
},
"hasRecurrence": true,
"recurrence": {
"description": "12 months prior to framework expiry date."
}
},
"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": "jclarke5@ed.ac.uk",
"name": "James Clarke",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "http://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-131026",
"name": "Edinburgh Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "Edinburgh Sheriff Court, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-2023",
"name": "University Of Edinburgh"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000780473"
}
],
"language": "en"
}