Award

Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services

UNIVERSITY OF EDINBURGH

This public procurement record has 3 releases in its history.

Award

04 Jul 2024 at 00:00

Tender

23 Jan 2024 at 00:00

Planning

04 Aug 2023 at 00:00

Summary of the contracting process

The University of Edinburgh is planning a public procurement contract for Emergency Standby Diesel Generators maintenance services. This contract involves servicing, inspecting, testing, and maintaining approximately 50 standby diesel generators supporting essential services across all university sites. The planned tender opportunity will be an open procedure starting from November/December with a contract award expected by March 2024 and commencement in May 2024. Interested businesses should monitor the Public Contracts Scotland website for updates.

This contract presents an opportunity for service providers in the maintenance and testing industry to bid for a framework agreement to provide emergency standby diesel generator maintenance services to the University of Edinburgh. Businesses offering quality service delivery, strong reliability, and prompt emergency response are well-suited to compete in this procurement process. The contract duration is anticipated to be 4 years, offering a stable revenue stream for successful bidders and potential for long-term business growth.

How relevant is this notice?

Notice Information

Notice Title

Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services

Notice Description

Framework agreement for a Comprehensive Emergency Standby Diesel Generator Maintenance Service which will service, inspect, test and maintain in a good and safe working order the emergency standby generator plant and associated equipment on the various systems throughout the University of Edinburgh estate. There are approximately 50 standby diesel generators that support essential services across all University sites. The contract shall include emergency call out cover with a maximum 4-hour response time. The contract will require an engineer to attend at black starts per building per annum. Although the majority of work will be within 08.00 - 17.00 hours, the contractor must also attend to out of hours and weekend work when required. The service will include responsibility for updating an existing equipment schedule covering all emergency standby generator plant and associated equipment, including age and assessment of condition of equipment. The framework agreement is being 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 Contract at any time during the relevant Contract period. The Contractor shall undertake service, testing and maintenance tasks in line with the requirements of the SFG 20 schedules listed below and the manufacturer's recommendations. As part of the major service a full load bank test shall be conducted. 43 - 01 Introductory Procedures - Power Generators 43 - 02 Power Generation: Standby Generators 43 - 03 Lead Acid Batteries - Unsealed 43 - 04 Battery Charging Equipment 56 - 05 Storage Tanks - Oil or 56 - 06 Underground Oil Storage Tanks, whichever is applicable. 40 - 10 Oil Pipework Items to be included but not limited to for Services: Record: kVA, Voltage, Amps, Phase(s), Frequency Record Run Hours Engine oil level Fuel system. Exhaust system Drive belts/bearings - visual inspection Turbo oil feeds/drains Coupling Alternator bearings Security of guards General tighten of all nuts etc Air through canopy/room Radiator Water hoses & clips Water level/anti-freeze protection level Battery electrolyte levels & S.G of cells Battery charger/voltage Generator output breaker Control panel wiring & components Indicator lamps/lamp test Low oil pressure shutdown protection Over speed protection High engine temp protection Other protection Alternator connections Running check for fuel/oil/water/exhaust leaks Instruments/meters Governor response Engine heaters General room conditions/tidy/warm Battery type & Quantity Change oil filter elements. Change engine Oil. Change fuel filters. Change air filters Oil sample taken Fuel Delivery system; check fuel level indicators/gauges, safety alarm systems and overfill prevention systems. Calibrate as necessary. During the Contract Term, the Contractor shall provide a Reactive Works call-out service to the University. Reactive Works refers to repairs that are done when equipment has already broken down, in order to restore the equipment to its normal operating condition. The Contractor shall respond to Emergency call outs within a period of 4 hours. All parts and components shall be sourced from the plant or equipment original manufacturer. As instructed by the University, the Contractor shall support the Estate's Electrical Engineer in the undertaking of a 'Black Start' exercise, through the provision of attendance of engineer(s) to assist and monitor the exercise. The Contractor shall be able to supply temporary generators of various output capacities for delivery and connection on site within a period of 24 hours of notification. If instructed by the University to replace any equipment, the Contractor shall ensure and provide verification to the University that the replacement equipment meets the exact or better specification of the Equipment being removed. The purchase of replacement Equipment shall remain optional to the University throughout the Contract Term.

Lot Information

Lot 1

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 80 percent Quality and 20 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 48 or more out of 80 to progress to award. This is a ranked framework agreement with the highest ranked supplier appointed to provide the comprehensive service in full. A second and third ranked supplier will make up a reserve list of two suppliers. Should the successfully appointed first ranked supplier subsequently become unable to perform their services in accordance with the expectations of the Framework, the University has the right to appoint the supplier, ranked 2nd during the original ITT evaluation to replace the supplier unable to perform services under this Framework Agreement. Should the 2nd ranked supplier be unable to provide the services under this Framework for any reason, the University will approach the 3rd ranked supplier. 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. The Services to be carried out under the Framework Agreement are described in the SFG 20 schedules. See Section II.1.4 of this contract notice and Schedule 3 of the ITT for full details of scope of supplies and services required. ITT Award l Section (80 percent Quality and 20 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 be required to complete a Pricing 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.. he term of the Framework Agreement is 24 months with an option to extend a further 24 months in total. 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: 24 months in total

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000740813
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL509206
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£438,502 £100K-£500K

Notice Dates

Publication Date
4 Jul 20241 years ago
Submission Deadline
27 Feb 2024Expired
Future Notice Date
1 Nov 2023Expired
Award Date
12 Jun 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
12 months prior to framework expiry date

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
Elliot Freeman
Contact Email
elliot.freeman@ed.ac.uk, maria.dick@ed.ac.uk
Contact Phone
+44 1316502508

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

Supplier Information

Number of Suppliers
2
Supplier Names

DIESELEC THISTLE GENERATORS

WB POWER SERVICES

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG485316
    Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services - The University of Edinburgh (UoE) is intending to go out to market within the next 12 months for a single supplier to provide Emergency Standby Diesel Generator Maintenance Services. The purpose of this term maintenance contract will be to Service, Inspect, Test, and Maintain in a good and safe working order approximately 50 standby diesel generators that support essential services across all University sites. Please see sample asset list attached. The contract shall include emergency call out cover with a maximum 4-hour response time. The contract will require an engineer to attend at black starts per building per annum. Although the majority of work will be within UoE standard working hours (08.00 - 17.00 hours), the contractor must also attend to out of hours and weekend work when required. This will ensure the equipment is maintained to the highest standard, reducing unscheduled downtime, improving reliability and reducing energy consumption, running costs and delivering optimum performance from the equipment. It is anticipated this will be a 4-year contract commencing May 2024.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN497074
    Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services - Framework agreement for a Comprehensive Emergency Standby Diesel Generator Maintenance Service which will service, inspect, test and maintain in a good and safe working order the emergency standby generator plant and associated equipment on the various systems throughout the University of Edinburgh estate. There are approximately 50 standby diesel generators that support essential services across all University sites. The contract shall include emergency call out cover with a maximum 4-hour response time. The contract will require an engineer to attend at black starts per building per annum. Although the majority of work will be within 08.00 - 17.00 hours, the contractor must also attend to out of hours and weekend work when required. The service will include responsibility for updating an existing equipment schedule covering all emergency standby generator plant and associated equipment, including age and assessment of condition of equipment. The framework agreement is being 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 Contract at any time during the relevant Contract period. The Contractor shall undertake service, testing and maintenance tasks in line with the requirements of the SFG 20 schedules listed below and the manufacturer's recommendations. As part of the major service a full load bank test shall be conducted. 43 - 01 Introductory Procedures - Power Generators 43 - 02 Power Generation: Standby Generators 43 - 03 Lead Acid Batteries - Unsealed 43 - 04 Battery Charging Equipment 56 - 05 Storage Tanks - Oil or 56 - 06 Underground Oil Storage Tanks, whichever is applicable. 40 - 10 Oil Pipework Items to be included but not limited to for Services: Record: kVA, Voltage, Amps, Phase(s), Frequency Record Run Hours Engine oil level Fuel system. Exhaust system Drive belts/bearings - visual inspection Turbo oil feeds/drains Coupling Alternator bearings Security of guards General tighten of all nuts etc Air through canopy/room Radiator Water hoses & clips Water level/anti-freeze protection level Battery electrolyte levels & S.G of cells Battery charger/voltage Generator output breaker Control panel wiring & components Indicator lamps/lamp test Low oil pressure shutdown protection Over speed protection High engine temp protection Other protection Alternator connections Running check for fuel/oil/water/exhaust leaks Instruments/meters Governor response Engine heaters General room conditions/tidy/warm Battery type & Quantity Change oil filter elements. Change engine Oil. Change fuel filters. Change air filters Oil sample taken Fuel Delivery system; check fuel level indicators/gauges, safety alarm systems and overfill prevention systems. Calibrate as necessary. During the Contract Term, the Contractor shall provide a Reactive Works call-out service to the University. Reactive Works refers to repairs that are done when equipment has already broken down, in order to restore the equipment to its normal operating condition. The Contractor shall respond to Emergency call outs within a period of 4 hours. All parts and components shall be sourced from the plant or equipment original manufacturer. As instructed by the University, the Contractor shall support the Estate's Electrical Engineer in the undertaking of a 'Black Start' exercise, through the provision of attendance of engineer(s) to assist and monitor the exercise. The Contractor shall be able to supply temporary generators of various output capacities for delivery and connection on site within a period of 24 hours of notification. If instructed by the University to replace any equipment, the Contractor shall ensure and provide verification to the University that the replacement equipment meets the exact or better specification of the Equipment being removed. The purchase of replacement Equipment shall remain optional to the University throughout the Contract Term.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL509206
    Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services - Framework agreement for a Comprehensive Emergency Standby Diesel Generator Maintenance Service which will service, inspect, test and maintain in a good and safe working order the emergency standby generator plant and associated equipment on the various systems throughout the University of Edinburgh estate. There are approximately 50 standby diesel generators that support essential services across all University sites. The contract shall include emergency call out cover with a maximum 4-hour response time. The contract will require an engineer to attend at black starts per building per annum. Although the majority of work will be within 08.00 - 17.00 hours, the contractor must also attend to out of hours and weekend work when required. The service will include responsibility for updating an existing equipment schedule covering all emergency standby generator plant and associated equipment, including age and assessment of condition of equipment. The framework agreement is being 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 Contract at any time during the relevant Contract period. The Contractor shall undertake service, testing and maintenance tasks in line with the requirements of the SFG 20 schedules listed below and the manufacturer's recommendations. As part of the major service a full load bank test shall be conducted. 43 - 01 Introductory Procedures - Power Generators 43 - 02 Power Generation: Standby Generators 43 - 03 Lead Acid Batteries - Unsealed 43 - 04 Battery Charging Equipment 56 - 05 Storage Tanks - Oil or 56 - 06 Underground Oil Storage Tanks, whichever is applicable. 40 - 10 Oil Pipework Items to be included but not limited to for Services: Record: kVA, Voltage, Amps, Phase(s), Frequency Record Run Hours Engine oil level Fuel system. Exhaust system Drive belts/bearings - visual inspection Turbo oil feeds/drains Coupling Alternator bearings Security of guards General tighten of all nuts etc Air through canopy/room Radiator Water hoses & clips Water level/anti-freeze protection level Battery electrolyte levels & S.G of cells Battery charger/voltage Generator output breaker Control panel wiring & components Indicator lamps/lamp test Low oil pressure shutdown protection Over speed protection High engine temp protection Other protection Alternator connections Running check for fuel/oil/water/exhaust leaks Instruments/meters Governor response Engine heaters General room conditions/tidy/warm Battery type & Quantity Change oil filter elements. Change engine Oil. Change fuel filters. Change air filters Oil sample taken Fuel Delivery system; check fuel level indicators/gauges, safety alarm systems and overfill prevention systems. Calibrate as necessary. During the Contract Term, the Contractor shall provide a Reactive Works call-out service to the University. Reactive Works refers to repairs that are done when equipment has already broken down, in order to restore the equipment to its normal operating condition. The Contractor shall respond to Emergency call outs within a period of 4 hours. All parts and components shall be sourced from the plant or equipment original manufacturer. As instructed by the University, the Contractor shall support the Estate's Electrical Engineer in the undertaking of a 'Black Start' exercise, through the provision of attendance of engineer(s) to assist and monitor the exercise. The Contractor shall be able to supply temporary generators of various output capacities for delivery and connection on site within a period of 24 hours of notification. If instructed by the University to replace any equipment, the Contractor shall ensure and provide verification to the University that the replacement equipment meets the exact or better specification of the Equipment being removed. The purchase of replacement Equipment shall remain optional to the University throughout the Contract Term.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000740813-2024-07-04T00:00:00Z",
    "date": "2024-07-04T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000740813",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-18",
            "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": "maria.dick@ed.ac.uk",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local agency/office",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "https://www.ed.ac.uk"
            }
        },
        {
            "id": "org-43",
            "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": "maria.dick@ed.ac.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.ed.ac.uk"
            }
        },
        {
            "id": "org-8",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "org-4",
            "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": "Elliot Freeman",
                "email": "Elliot.Freeman@ed.ac.uk",
                "telephone": "+44 1316502508",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.ed.ac.uk"
            }
        },
        {
            "id": "org-368",
            "name": "Dieselec Thistle Generators",
            "identifier": {
                "legalName": "Dieselec Thistle Generators"
            },
            "address": {
                "streetAddress": "Cadder House, 160 Clober road",
                "locality": "Milngavie",
                "region": "UK",
                "postalCode": "G62 7LW"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-369",
            "name": "WB Power Services",
            "identifier": {
                "legalName": "WB Power Services"
            },
            "address": {
                "streetAddress": "Heanor Gate Road , Heanor Gate Ind Estate",
                "locality": "Heanor",
                "region": "UK",
                "postalCode": "DE75 7RJ"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-6",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-4"
    },
    "planning": {
        "documents": [
            {
                "id": "AUG485316",
                "documentType": "plannedProcurementNotice",
                "title": "Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services",
                "description": "The University of Edinburgh (UoE) is intending to go out to market within the next 12 months for a single supplier to provide Emergency Standby Diesel Generator Maintenance Services. The purpose of this term maintenance contract will be to Service, Inspect, Test, and Maintain in a good and safe working order approximately 50 standby diesel generators that support essential services across all University sites. Please see sample asset list attached. The contract shall include emergency call out cover with a maximum 4-hour response time. The contract will require an engineer to attend at black starts per building per annum. Although the majority of work will be within UoE standard working hours (08.00 - 17.00 hours), the contractor must also attend to out of hours and weekend work when required. This will ensure the equipment is maintained to the highest standard, reducing unscheduled downtime, improving reliability and reducing energy consumption, running costs and delivering optimum performance from the equipment. It is anticipated this will be a 4-year contract commencing May 2024.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG485316",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "EC1002",
        "title": "Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services",
        "description": "Framework agreement for a Comprehensive Emergency Standby Diesel Generator Maintenance Service which will service, inspect, test and maintain in a good and safe working order the emergency standby generator plant and associated equipment on the various systems throughout the University of Edinburgh estate. There are approximately 50 standby diesel generators that support essential services across all University sites. The contract shall include emergency call out cover with a maximum 4-hour response time. The contract will require an engineer to attend at black starts per building per annum. Although the majority of work will be within 08.00 - 17.00 hours, the contractor must also attend to out of hours and weekend work when required. The service will include responsibility for updating an existing equipment schedule covering all emergency standby generator plant and associated equipment, including age and assessment of condition of equipment. The framework agreement is being 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 Contract at any time during the relevant Contract period. The Contractor shall undertake service, testing and maintenance tasks in line with the requirements of the SFG 20 schedules listed below and the manufacturer's recommendations. As part of the major service a full load bank test shall be conducted. 43 - 01 Introductory Procedures - Power Generators 43 - 02 Power Generation: Standby Generators 43 - 03 Lead Acid Batteries - Unsealed 43 - 04 Battery Charging Equipment 56 - 05 Storage Tanks - Oil or 56 - 06 Underground Oil Storage Tanks, whichever is applicable. 40 - 10 Oil Pipework Items to be included but not limited to for Services: Record: kVA, Voltage, Amps, Phase(s), Frequency Record Run Hours Engine oil level Fuel system. Exhaust system Drive belts/bearings - visual inspection Turbo oil feeds/drains Coupling Alternator bearings Security of guards General tighten of all nuts etc Air through canopy/room Radiator Water hoses & clips Water level/anti-freeze protection level Battery electrolyte levels & S.G of cells Battery charger/voltage Generator output breaker Control panel wiring & components Indicator lamps/lamp test Low oil pressure shutdown protection Over speed protection High engine temp protection Other protection Alternator connections Running check for fuel/oil/water/exhaust leaks Instruments/meters Governor response Engine heaters General room conditions/tidy/warm Battery type & Quantity Change oil filter elements. Change engine Oil. Change fuel filters. Change air filters Oil sample taken Fuel Delivery system; check fuel level indicators/gauges, safety alarm systems and overfill prevention systems. Calibrate as necessary. During the Contract Term, the Contractor shall provide a Reactive Works call-out service to the University. Reactive Works refers to repairs that are done when equipment has already broken down, in order to restore the equipment to its normal operating condition. The Contractor shall respond to Emergency call outs within a period of 4 hours. All parts and components shall be sourced from the plant or equipment original manufacturer. As instructed by the University, the Contractor shall support the Estate's Electrical Engineer in the undertaking of a 'Black Start' exercise, through the provision of attendance of engineer(s) to assist and monitor the exercise. The Contractor shall be able to supply temporary generators of various output capacities for delivery and connection on site within a period of 24 hours of notification. If instructed by the University to replace any equipment, the Contractor shall ensure and provide verification to the University that the replacement equipment meets the exact or better specification of the Equipment being removed. The purchase of replacement Equipment shall remain optional to the University throughout the Contract Term.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "AUG485316-1",
                "title": "Sample asset list",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG485316&idx=1",
                "datePublished": "2023-08-04T15:35:13Z",
                "dateModified": "2023-08-04T15:35:13Z",
                "format": "application/pdf"
            },
            {
                "id": "JAN497074",
                "documentType": "contractNotice",
                "title": "Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services",
                "description": "Framework agreement for a Comprehensive Emergency Standby Diesel Generator Maintenance Service which will service, inspect, test and maintain in a good and safe working order the emergency standby generator plant and associated equipment on the various systems throughout the University of Edinburgh estate. There are approximately 50 standby diesel generators that support essential services across all University sites. The contract shall include emergency call out cover with a maximum 4-hour response time. The contract will require an engineer to attend at black starts per building per annum. Although the majority of work will be within 08.00 - 17.00 hours, the contractor must also attend to out of hours and weekend work when required. The service will include responsibility for updating an existing equipment schedule covering all emergency standby generator plant and associated equipment, including age and assessment of condition of equipment. The framework agreement is being 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 Contract at any time during the relevant Contract period. The Contractor shall undertake service, testing and maintenance tasks in line with the requirements of the SFG 20 schedules listed below and the manufacturer's recommendations. As part of the major service a full load bank test shall be conducted. 43 - 01 Introductory Procedures - Power Generators 43 - 02 Power Generation: Standby Generators 43 - 03 Lead Acid Batteries - Unsealed 43 - 04 Battery Charging Equipment 56 - 05 Storage Tanks - Oil or 56 - 06 Underground Oil Storage Tanks, whichever is applicable. 40 - 10 Oil Pipework Items to be included but not limited to for Services: Record: kVA, Voltage, Amps, Phase(s), Frequency Record Run Hours Engine oil level Fuel system. Exhaust system Drive belts/bearings - visual inspection Turbo oil feeds/drains Coupling Alternator bearings Security of guards General tighten of all nuts etc Air through canopy/room Radiator Water hoses & clips Water level/anti-freeze protection level Battery electrolyte levels & S.G of cells Battery charger/voltage Generator output breaker Control panel wiring & components Indicator lamps/lamp test Low oil pressure shutdown protection Over speed protection High engine temp protection Other protection Alternator connections Running check for fuel/oil/water/exhaust leaks Instruments/meters Governor response Engine heaters General room conditions/tidy/warm Battery type & Quantity Change oil filter elements. Change engine Oil. Change fuel filters. Change air filters Oil sample taken Fuel Delivery system; check fuel level indicators/gauges, safety alarm systems and overfill prevention systems. Calibrate as necessary. During the Contract Term, the Contractor shall provide a Reactive Works call-out service to the University. Reactive Works refers to repairs that are done when equipment has already broken down, in order to restore the equipment to its normal operating condition. The Contractor shall respond to Emergency call outs within a period of 4 hours. All parts and components shall be sourced from the plant or equipment original manufacturer. As instructed by the University, the Contractor shall support the Estate's Electrical Engineer in the undertaking of a 'Black Start' exercise, through the provision of attendance of engineer(s) to assist and monitor the exercise. The Contractor shall be able to supply temporary generators of various output capacities for delivery and connection on site within a period of 24 hours of notification. If instructed by the University to replace any equipment, the Contractor shall ensure and provide verification to the University that the replacement equipment meets the exact or better specification of the Equipment being removed. The purchase of replacement Equipment shall remain optional to the University throughout the Contract Term.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN497074",
                "format": "text/html"
            },
            {
                "id": "JUL509206",
                "documentType": "awardNotice",
                "title": "Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services",
                "description": "Framework agreement for a Comprehensive Emergency Standby Diesel Generator Maintenance Service which will service, inspect, test and maintain in a good and safe working order the emergency standby generator plant and associated equipment on the various systems throughout the University of Edinburgh estate. There are approximately 50 standby diesel generators that support essential services across all University sites. The contract shall include emergency call out cover with a maximum 4-hour response time. The contract will require an engineer to attend at black starts per building per annum. Although the majority of work will be within 08.00 - 17.00 hours, the contractor must also attend to out of hours and weekend work when required. The service will include responsibility for updating an existing equipment schedule covering all emergency standby generator plant and associated equipment, including age and assessment of condition of equipment. The framework agreement is being 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 Contract at any time during the relevant Contract period. The Contractor shall undertake service, testing and maintenance tasks in line with the requirements of the SFG 20 schedules listed below and the manufacturer's recommendations. As part of the major service a full load bank test shall be conducted. 43 - 01 Introductory Procedures - Power Generators 43 - 02 Power Generation: Standby Generators 43 - 03 Lead Acid Batteries - Unsealed 43 - 04 Battery Charging Equipment 56 - 05 Storage Tanks - Oil or 56 - 06 Underground Oil Storage Tanks, whichever is applicable. 40 - 10 Oil Pipework Items to be included but not limited to for Services: Record: kVA, Voltage, Amps, Phase(s), Frequency Record Run Hours Engine oil level Fuel system. Exhaust system Drive belts/bearings - visual inspection Turbo oil feeds/drains Coupling Alternator bearings Security of guards General tighten of all nuts etc Air through canopy/room Radiator Water hoses & clips Water level/anti-freeze protection level Battery electrolyte levels & S.G of cells Battery charger/voltage Generator output breaker Control panel wiring & components Indicator lamps/lamp test Low oil pressure shutdown protection Over speed protection High engine temp protection Other protection Alternator connections Running check for fuel/oil/water/exhaust leaks Instruments/meters Governor response Engine heaters General room conditions/tidy/warm Battery type & Quantity Change oil filter elements. Change engine Oil. Change fuel filters. Change air filters Oil sample taken Fuel Delivery system; check fuel level indicators/gauges, safety alarm systems and overfill prevention systems. Calibrate as necessary. During the Contract Term, the Contractor shall provide a Reactive Works call-out service to the University. Reactive Works refers to repairs that are done when equipment has already broken down, in order to restore the equipment to its normal operating condition. The Contractor shall respond to Emergency call outs within a period of 4 hours. All parts and components shall be sourced from the plant or equipment original manufacturer. As instructed by the University, the Contractor shall support the Estate's Electrical Engineer in the undertaking of a 'Black Start' exercise, through the provision of attendance of engineer(s) to assist and monitor the exercise. The Contractor shall be able to supply temporary generators of various output capacities for delivery and connection on site within a period of 24 hours of notification. If instructed by the University to replace any equipment, the Contractor shall ensure and provide verification to the University that the replacement equipment meets the exact or better specification of the Equipment being removed. The purchase of replacement Equipment shall remain optional to the University throughout the Contract Term.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL509206",
                "format": "text/html"
            }
        ],
        "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 80 percent Quality and 20 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 48 or more out of 80 to progress to award. This is a ranked framework agreement with the highest ranked supplier appointed to provide the comprehensive service in full. A second and third ranked supplier will make up a reserve list of two suppliers. Should the successfully appointed first ranked supplier subsequently become unable to perform their services in accordance with the expectations of the Framework, the University has the right to appoint the supplier, ranked 2nd during the original ITT evaluation to replace the supplier unable to perform services under this Framework Agreement. Should the 2nd ranked supplier be unable to provide the services under this Framework for any reason, the University will approach the 3rd ranked supplier. 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. The Services to be carried out under the Framework Agreement are described in the SFG 20 schedules. See Section II.1.4 of this contract notice and Schedule 3 of the ITT for full details of scope of supplies and services required. ITT Award l Section (80 percent Quality and 20 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 be required to complete a Pricing 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.. he term of the Framework Agreement is 24 months with an option to extend a further 24 months in total. 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": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "24 months in total"
                }
            }
        ],
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
            "futureNoticeDate": "2023-11-01T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "50000000",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2024-02-27T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-02-27T12:00:00Z"
        },
        "bidOpening": {
            "date": "2024-02-27T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Please refer to the ITT tender documents for full details"
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "minimum": "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."
                },
                {
                    "type": "technical",
                    "minimum": "SPD ref. 4B Economic and Financial Standing Bidders will be required to have a minimum \"general\" yearly turnover of 220,000 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 - 5 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."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "12 months prior to framework expiry date"
        }
    },
    "language": "EN",
    "description": "The award is made to Dieselec Thistle Generators Limited as the first ranked supplier and WB Power Services Limited as the second ranked reserve supplier. The framework value is based on actual PPM costs plus an estimated cost for Remedial services over a four year term. (SC Ref:771633)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000740813"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000740813"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000740813"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2024/S 000-002330"
        }
    ],
    "awards": [
        {
            "id": "EC1002",
            "suppliers": [
                {
                    "id": "org-368",
                    "name": "Dieselec Thistle Generators"
                },
                {
                    "id": "org-369",
                    "name": "WB Power Services"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "EC1002",
            "awardID": "EC1002",
            "status": "active",
            "value": {
                "amount": 438502,
                "currency": "GBP"
            },
            "dateSigned": "2024-06-12T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "800",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "801",
                "measure": "smeBids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "802",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "803",
                "measure": "foreignBidsFromNonEU",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "804",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}