Notice Information
Notice Title
EC0817 Air Conditioners Maintenance & Reactive Work
Notice Description
This is an award notice to appoint a single supplier to provide maintenance and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate.
Lot Information
Lot 1
This is an Award Notice - The University of Edinburgh is apppointing a single supplier to provide maintenance and reactive work for Air Conditioners that are spread throughout the University's Estate. The University has a population of over 36,000 students and 10,000 staff. University activity is spread over approximately 750 buildings in numerous locations covering 800,000 square metres around Edinburgh and beyond, with student accommodation provided at the Pollock Halls of Residence and across a range of flats around the city. Other major locations include Easter Bush, the Roslin Institute, Edinburgh BioQuarter, the Western General Hospital and Firbush Outdoor Education Centre (at Loch Tay). Campus maps are available online at http://www.ed.ac.uk/maps/ The University has a significant number of air conditioning systems, based on split air conditioning (DX systems) or Variable Refrigerant Flow (VRF) to provide cooling to their buildings. The systems are predominantly employed to maintain the internal space environment. With the increasing demand for cooling due to increasing climatic and internal heat gains the air conditioner systems are key to the functioning of the University. The contract covers approximately 1300 No. Air Conditioners located in buildings across the five University campuses. The complexity of the systems and associated equipment requires a comprehensive planned preventative maintenance regime coupled to a timely reactive repair service. The tasks to be undertaken through the Service Contract shall be based on the relevant SFG20 Task sheets. Work shall generally be carried out during normal working hours, however at some locations out of hours work shall be necessary to minimise the risk of service disruption and others will require notice to gain access to undertake the maintenance tasks. Management of the PPM work shall be critical together with achieving an agreed programme of PPM work. To undertake the Works the University is seeking a Supplier with suitably experienced and qualified operatives, including matters relating to health and safety. The Supplier may be requested to replace equipment associated with the installations. Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply to this contract. Details provided at ITT stage.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: Initial contract is 3 years with the option to extend for up to a further 2 years in total (so 3+1+1).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000559072
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359256
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
42 - Industrial machinery
50 - Repair and maintenance services
-
- CPV Codes
42500000 - Cooling and ventilation equipment
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £1,125,000 £1M-£10M
- Lots Value
- £1,125,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £411,075 £100K-£500K
Notice Dates
- Publication Date
- 1 Jul 20196 years ago
- Submission Deadline
- 19 Nov 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 17 Jun 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Tendering process for renewal of this contract is likely to be approx. 12 months prior to the expiry of the contract
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Elizabeth
- Contact Email
- elizabeth.lebost@ed.ac.uk, gordon.whittaker@ed.ac.uk
- Contact Phone
- +44 1316502759, +44 1316509368
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 Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT334187
EC0817 Air Conditioners Maintenance & Reactive Work - The University of Edinburgh invites competitive tenders to appoint a single supplier to provide maintenance and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage. Specific selection requirements are detailed in Section III of this Notice. When completing the ESPD, bidders must have regard for the specific requirements in this Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359256
EC0817 Air Conditioners Maintenance & Reactive Work - This is an award notice to appoint a single supplier to provide maintenance and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate.
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-r6ebe6-0000559072-2019-07-01T00:00:00Z",
"date": "2019-07-01T00:00:00Z",
"ocid": "ocds-r6ebe6-0000559072",
"initiationType": "tender",
"parties": [
{
"id": "org-55",
"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"
},
"contactPoint": {
"name": "Elizabeth",
"email": "elizabeth.lebost@ed.ac.uk",
"telephone": "+44 1316509368",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-136",
"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"
},
"contactPoint": {
"email": "Gordon.Whittaker@ed.ac.uk",
"telephone": "+44 1316502759",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Higher Education",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
},
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-437",
"name": "Alba Facilities Services Ltd",
"identifier": {
"legalName": "Alba Facilities Services Ltd"
},
"address": {
"streetAddress": "37 Lonmay Drive, Panorama Business Village",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G33 4EP"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-136"
},
"tender": {
"id": "EC0817",
"title": "EC0817 Air Conditioners Maintenance & Reactive Work",
"description": "This is an award notice to appoint a single supplier to provide maintenance and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "42500000",
"scheme": "CPV"
},
{
"id": "50000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1125000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2018-11-19T12:00:00Z"
},
"documents": [
{
"id": "OCT334187",
"documentType": "contractNotice",
"title": "EC0817 Air Conditioners Maintenance & Reactive Work",
"description": "The University of Edinburgh invites competitive tenders to appoint a single supplier to provide maintenance and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage. Specific selection requirements are detailed in Section III of this Notice. When completing the ESPD, bidders must have regard for the specific requirements in this Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT334187",
"format": "text/html"
},
{
"id": "JUL359256",
"documentType": "awardNotice",
"title": "EC0817 Air Conditioners Maintenance & Reactive Work",
"description": "This is an award notice to appoint a single supplier to provide maintenance and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359256",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "This is an Award Notice - The University of Edinburgh is apppointing a single supplier to provide maintenance and reactive work for Air Conditioners that are spread throughout the University's Estate. The University has a population of over 36,000 students and 10,000 staff. University activity is spread over approximately 750 buildings in numerous locations covering 800,000 square metres around Edinburgh and beyond, with student accommodation provided at the Pollock Halls of Residence and across a range of flats around the city. Other major locations include Easter Bush, the Roslin Institute, Edinburgh BioQuarter, the Western General Hospital and Firbush Outdoor Education Centre (at Loch Tay). Campus maps are available online at http://www.ed.ac.uk/maps/ The University has a significant number of air conditioning systems, based on split air conditioning (DX systems) or Variable Refrigerant Flow (VRF) to provide cooling to their buildings. The systems are predominantly employed to maintain the internal space environment. With the increasing demand for cooling due to increasing climatic and internal heat gains the air conditioner systems are key to the functioning of the University. The contract covers approximately 1300 No. Air Conditioners located in buildings across the five University campuses. The complexity of the systems and associated equipment requires a comprehensive planned preventative maintenance regime coupled to a timely reactive repair service. The tasks to be undertaken through the Service Contract shall be based on the relevant SFG20 Task sheets. Work shall generally be carried out during normal working hours, however at some locations out of hours work shall be necessary to minimise the risk of service disruption and others will require notice to gain access to undertake the maintenance tasks. Management of the PPM work shall be critical together with achieving an agreed programme of PPM work. To undertake the Works the University is seeking a Supplier with suitably experienced and qualified operatives, including matters relating to health and safety. The Supplier may be requested to replace equipment associated with the installations. Transfer of Undertakings (Protection of Employment) Regulations 2006 (\"TUPE\") may apply to this contract. Details provided at ITT stage.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "complete",
"value": {
"amount": 1125000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract is 3 years with the option to extend for up to a further 2 years in total (so 3+1+1)."
}
}
],
"contractTerms": {
"performanceTerms": "As detailed within the ITT documentation."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2019-01-21T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "ESPD 4A.2 Statement. The following accreditations will be mandatory for the successful Supplier to currently hold: - All on site staff are accredited under a Health and Safety competence scheme CITB or equivalent. - All engineers working on this contract must hold the relevant F-Gas qualification and only work within the applicable category: - category 1 certificate - carry out all activities - category 2 certificate - install, maintain, service and recover refrigerant from systems containing less than 5 tonnes of CO2 equivalent (CO2e) - category 3 certificate - recover refrigerant from systems that contain less than 3 kg of F gas - category 4 certificate -check equipment for leaks but not breaking into the refrigeration circuit. Please provide relevant, in date order, certification as part of your ESPD response to demonstrate you meet this. - Member of B & ES (Building and Engineering Services Association/HVAC) or equivalent - Member of REFCOM or equivalent"
},
{
"type": "economic",
"description": "ESPD 4B.1.1 Statement Bidders will be required to have the following minimum \"general\" yearly turnover for the last [3] years: 450000GBP ESPD 4B.3 Statement 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. ESPD 4B.5.1 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5000000 GBP Public Liability Insurance = 10000000 GBP Professional Indemnity Insurance = 1000000 GBP http://www.hse.gov.uk/pubns/hse40.pdf ESPD 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. ESPD 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."
},
{
"type": "technical",
"description": "ESPD 4C.1.2 Statement 1 Bidders will be required to provide three examples of works carried out during the past three years that demonstrate that you have experience to deliver the works described in the OJEU Contract Notice which are similar in value and complexity of estate. 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; - Description of any reactive / replacement installation service provided; and - Details of multi/complex stakeholder engagement. ESPD 4C.1.2 Statement 2 A proven ability to manage the various elements of service delivery of this contract should be evidenced. Based on the examples described in Statement 1, Bidders are required to describe what their practical methods were for managing the following aspects of their contract: - Accuracy of recording of work undertaken; - Quality of finished work presented for inspection by the customer, including management of any sub-contractors' work packages; - Communication with all stakeholders, including customers' staff and all interested third parties; - Management and rectification of any defects identified by the customers' contract management staff ESPD 4C.1.2 Statement 3 A positive health and safety culture is of paramount importance to the University. Bidders are required to describe in detail how they have pro-actively managed the Health & Safety issues of current and past contracts, with particular emphasis on the safety of employees and all third parties affected by their works. Responses should identify any examples of work within sensitive or hazardous environments, e.g., laboratories, animal houses and areas where asbestos may be present, etc. ESPD 4C.4 Statement Bidders are required to provide details of how they manage reporting with other customers including details of any digital portal. Your response should include a flow chart. The flow chart should illustrate the procedure that has been adopted and the personnel/organisation involved together with the role they undertook. Please provide detail of what measures are in place to ensure reporting is completed on time and to a high standard ESPD 4C.6 Statement Bidders are required to demonstrate that they have the relevant qualifications as listed within ref 4A.2, continued professional development and competence within their team to deliver contracts similar in size and complexity to this contract. Your response should include information about how your contract managers are developed and supported in their role. ESPD 4C.7 Statement The University is committed to understand, explain and deliver on its ambition to be a leading socially responsible and sustainable University. Bidders are required to provide details of their current environmental management measures with regard to the disposal of waste (including any hazardous materials) and any innovative measures they have employed to reduce/offset their carbon footprint. ESPD 4C.10 Statement State in detail the principal business activities of your organisation, highlighting the portion which is directly related to the scope of this Contract. Please note should your organisation propose to sub-contract any part of this Contract then please provide further information on the scope and spilt which will be applicable to all parties. As part of your response please include details of the procedures you have in place to manage your supply chain (and your subcontractors) in order to effectively and seamlessly deliver the requirement as described in the contract notice and documentation.",
"minimum": "ESPD 4D.1 1st Statement 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). ESPD 4D.1 2nd Statement Health and Safety. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, in 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. ESPD 4D1.1 1st Statement Quality Management. If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. ESPD 4D1.1 2nd Statement Health and Safety. If the bidder does not hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, in 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, then the bidder must have the following: A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company's responsibilities of H&S management and compliance with legislation. NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement. ESPD 4D.2 Statement 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 ESPD 4D.2.1 Statement If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following: A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control)."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "42500000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Tendering process for renewal of this contract is likely to be approx. 12 months prior to the expiry of the contract"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "This is an AWARD notice. Please note the value stated in II.I.7 is the annual value for the annual maintenance required on this contract. Please note the value stated in V.2.4 is the 5 year value for annual the annual maintenance on this contract. (SC Ref:588778)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559072"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559072"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC0817 Air Conditioners Maintenance & Reactive Work",
"suppliers": [
{
"id": "org-437",
"name": "Alba Facilities Services Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0817 Air Conditioners Maintenance & Reactive Work",
"awardID": "EC0817 Air Conditioners Maintenance & Reactive Work",
"status": "active",
"value": {
"amount": 411075,
"currency": "GBP"
},
"dateSigned": "2019-06-17T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 199-451685"
}
],
"bids": {
"statistics": [
{
"id": "466",
"measure": "bids",
"value": 5,
"relatedLot": "1"
}
]
}
}