Award

Emergency Electricity Generator Provision & Associated Services

THE CITY OF EDINBURGH COUNCIL

This public procurement record has 2 releases in its history.

Award

13 May 2024 at 00:00

Tender

23 Feb 2024 at 00:00

Summary of the contracting process

The City of Edinburgh Council is currently running a tender process for an "Emergency Electricity Generator Provision & Associated Services" framework agreement. The procurement stage is active, with a submission deadline of 28th March 2024. The Council seeks a single Contractor Framework Agreement to supply emergency electricity generators, contingency plans, and managed services for core sites in Edinburgh. The procurement method is an open procedure focusing on services within the general public services industry category.

This tender presents an opportunity for businesses involved in the provision of emergency electricity generator services and associated technical support to participate in a competitive process. Companies capable of delivering emergency power services and managing technical support functions, especially for residential care homes, are well-suited to compete. The tender process allows for electronic submission and includes documents outlining the detailed specifications, contract terms, and technical selection criteria for potential bidders to consider in their proposals.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Emergency Electricity Generator Provision & Associated Services

Notice Description

Framework Agreement for the provision of Emergency Electricity Generator Provision & Associated Services.

Lot Information

Lot 1

Via an "Open Tender" procurement procedure, the Council wish to procure a single Contractor Framework Agreement for Emergency Electricity Generator Provision & Associated Services. In compliance with all relevant regulatory and legislative requirements, the appointed Contractor will be required to: - supply & deliver an emergency electricity generator & related equipment in the event of an electrical power failure at any of the nine specified core sites (all of which are residential care homes operated by the Council) - provide a site specific Contingency Plan for each of the core sites, which lays out a comprehensive action plan for use in the event of a power failure - provide a fully managed service including technical support and a Customer Service Help Desk function to handle all enquiries and emergencies

Options: During the Framework period the Council may on occasion: - utilise the Framework for scheduled power outages e.g. site maintenance - introduce additional core sites or remove core sites, as agreed with the Contractor - invite the Contractor to quote for service provision at other Council sites, for example, if an emergency requirement arises in a suitably adapted property such as a school

Renewal: The contract will be for a 2 year period with two optional 12-month extensions, undertaken at the sole discretion of the Council.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000758272
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY505074
Current Stage
Award
All Stages
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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

51 - Installation services (except software)


CPV Codes

31682510 - Emergency power systems

51111200 - Installation services of generators

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 May 20241 years ago
Submission Deadline
28 Mar 2024Expired
Future Notice Date
Not specified
Award Date
13 May 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
It is envisaged that further notices relating to any re-tender will be placed during the final quarter of 2025 or, if the extension options are undertaken, the final quarter of 2026 or 2027.

Notice Status

Tender Status
Unsuccessful
Lots Status
Unsuccessful
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE CITY OF EDINBURGH COUNCIL
Contact Name
Nicole Sherry
Contact Email
kelly.faulds@edinburgh.gov.uk, nicole.sherry@edinburgh.gov.uk
Contact Phone
+44 1315296432

Buyer Location

Locality
EDINBURGH
Postcode
EH8 8BG
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

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-r6ebe6-0000758272-2024-05-13T00:00:00Z",
    "date": "2024-05-13T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000758272",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-6",
            "name": "The City of Edinburgh Council",
            "identifier": {
                "legalName": "The City of Edinburgh Council"
            },
            "address": {
                "streetAddress": "Waverley Court, 4 East Market Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH8 8BG"
            },
            "contactPoint": {
                "name": "Nicole Sherry",
                "email": "nicole.sherry@edinburgh.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.edinburgh.gov.uk"
            }
        },
        {
            "id": "org-15",
            "name": "Sheriff Court",
            "identifier": {
                "legalName": "Sheriff Court"
            },
            "address": {
                "streetAddress": "Falkirk Sheriff Court and Justice of the Peace Court, Sheriff Court House, Main Street, Camelon",
                "locality": "Falkirk",
                "postalCode": "FK1 4AR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-92",
            "name": "The City of Edinburgh Council",
            "identifier": {
                "legalName": "The City of Edinburgh Council"
            },
            "address": {
                "streetAddress": "Waverley Court, 4 East Market Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH8 8BG"
            },
            "contactPoint": {
                "email": "kelly.faulds@edinburgh.gov.uk",
                "telephone": "+44 1315296432",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.edinburgh.gov.uk"
            }
        },
        {
            "id": "org-54",
            "name": "Sheriff Court",
            "identifier": {
                "legalName": "Sheriff Court"
            },
            "address": {
                "streetAddress": "Watergate",
                "locality": "Kirkwall",
                "postalCode": "KW15 1PD"
            },
            "contactPoint": {
                "telephone": "+44 1856872110",
                "url": "http://www.scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "The City of Edinburgh Council",
        "id": "org-92"
    },
    "tender": {
        "id": "CT2918",
        "title": "Emergency Electricity Generator Provision & Associated Services",
        "description": "Framework Agreement for the provision of Emergency Electricity Generator Provision & Associated Services.",
        "status": "unsuccessful",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "51111200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31682510",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2024-03-28T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-03-28T12:30:00Z"
        },
        "documents": [
            {
                "id": "FEB499358",
                "documentType": "contractNotice",
                "title": "Emergency Electricity Generator Provision & Associated Services",
                "description": "Framework Agreement for the provision of Emergency Electricity Generator Provision & Associated Services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB499358",
                "format": "text/html"
            },
            {
                "id": "FEB499358-1",
                "title": "Invitation to Tender & Instructions (ITT)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB499358&idx=1",
                "datePublished": "2024-02-23T09:50:16Z",
                "dateModified": "2024-02-23T09:50:16Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB499358-2",
                "title": "Specification",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB499358&idx=2",
                "datePublished": "2024-02-23T09:50:16Z",
                "dateModified": "2024-02-23T09:50:16Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB499358-3",
                "title": "Tenderer's Submission",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB499358&idx=3",
                "datePublished": "2024-02-23T09:50:17Z",
                "dateModified": "2024-02-23T09:50:17Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB499358-4",
                "title": "Pricing Schedule",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB499358&idx=4",
                "datePublished": "2024-02-23T09:50:17Z",
                "dateModified": "2024-02-23T09:50:17Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "FEB499358-5",
                "title": "Terms & Conditions of Contract",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB499358&idx=5",
                "datePublished": "2024-02-23T09:50:17Z",
                "dateModified": "2024-02-23T09:50:17Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB499358-6",
                "title": "Climate Change Plan Template",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB499358&idx=6",
                "datePublished": "2024-02-23T09:50:17Z",
                "dateModified": "2024-02-23T09:50:17Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAY505074",
                "documentType": "awardNotice",
                "title": "Emergency Electricity Generator Provision & Associated Services",
                "description": "Framework Agreement for the provision of Emergency Electricity Generator Provision & Associated Services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY505074",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Via an \"Open Tender\" procurement procedure, the Council wish to procure a single Contractor Framework Agreement for Emergency Electricity Generator Provision & Associated Services. In compliance with all relevant regulatory and legislative requirements, the appointed Contractor will be required to: - supply & deliver an emergency electricity generator & related equipment in the event of an electrical power failure at any of the nine specified core sites (all of which are residential care homes operated by the Council) - provide a site specific Contingency Plan for each of the core sites, which lays out a comprehensive action plan for use in the event of a power failure - provide a fully managed service including technical support and a Customer Service Help Desk function to handle all enquiries and emergencies",
                "status": "unsuccessful",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "options": {
                    "description": "During the Framework period the Council may on occasion: - utilise the Framework for scheduled power outages e.g. site maintenance - introduce additional core sites or remove core sites, as agreed with the Contractor - invite the Contractor to quote for service provision at other Council sites, for example, if an emergency requirement arises in a suitably adapted property such as a school"
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be for a 2 year period with two optional 12-month extensions, undertaken at the sole discretion of the Council."
                }
            }
        ],
        "bidOpening": {
            "date": "2024-03-28T12:30:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "SPD Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers must provide their \"general\" annual turnover for the last two financial years in response to this question. SPD Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5b & c - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the specified types and levels of insurance. SPD Part IV: Selection criteria - B: Economic and financial standing - Question 4B.6 - Tenderers must provide the following information: - Current ratio for Current Year - Current ratio for Prior Year The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities.",
                    "minimum": "SPD Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of GBP 225,000 for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. SPD Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5b & c - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract: - Employers (Compulsory) Liability Insurance - no less than GBP 5,000,000 indemnity limit each and every claim; - Public/Products Liability Insurance - no less than GBP 10,000,000 for any one occurrence; and - Plant, Equipment & Motor Vehicle Insurance on a fully comprehensive basis with an appropriate limit of indemnity as deemed by the Supplier. Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council may exclude the Tenderer from the competition. SPD Part IV: Selection criteria - B: Economic and financial standing - Question 4B.6 - The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer's current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition."
                },
                {
                    "type": "technical",
                    "description": "SPD Part IV: Selection criteria - C: Technical and Professional Ability - Question 4C.1.2 - Expertise, capability and capacity - Tenderers are required to demonstrate that they have the expertise, capability and capacity required to deliver the specified requirement, i.e. a fully managed service including the provision of Site Specific Contingency Plans, a Customer Service Help Desk and the supply delivery and operation of a generator and all related plant, equipment and fuel etc. as required to restore an electricity supply to the site in the event of a power failure. SPD Part IV: Selection criteria - C: Technical and Professional Ability - Question 4C.2 - Compliance with regulatory requirements - Tenderers are required to demonstrate that they operate in compliance with the specified requirements. Tenderer's vehicle, generator, plant and equipment: 1. is fully tested and certified to all relevant standards including, but not limited to, LOLER / PUWER; Supply of Machinery (Safety) Regulations; Road Traffic Acts; Road Vehicle Lighting Regulations; Health & Safety at Work Act etc. 2. is Stage V (Regulation 2016/1628) compliant, or suitable equivalent 3. use fuel with low pollution emissions and operate as quietly as possible, ensuring compliance with the Environmental Protection Act 1990 and the Control of Pollution Act 1974 Tenderers operate in compliance with: 4. BS 7671: 2018 Requirements for Electrical Installations (The IEE Wiring Regulations 18th Edition) 5. The Building (Scotland) Regulations 2003 6. The Electricity at Work Regulations 1989 7. The Electricity Safety, Quality and Continuity Regulations 2002 8. HSE - Provision and Use of Work Equipment Regulations 1998 9. HSE - Control of Substances Hazardous to Health 2002 10. 2017 No. 322 ENVIRONMENTAL PROTECTION, The Pollution Prevention and Control (Designation of Medium Combustion Plant Directive) (Scotland) Order 2017 SPD Part IV: Selection criteria - C: Technical and Professional Ability - Question 4C.4 (A) - Payment of the Real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the framework agreement (including any agency or sub-contractor staff), at least the Real Living Wage. SPD Part IV: Selection criteria - C: Technical and Professional Ability - Question 4C.4 (B) - Inclusion of prompt payment clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the framework agreement, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties. SPD Part IV: Selection criteria - C: Technical and Professional Ability - Question 4C.7 - Response to climate change emergency - Tenderers are required to provide evidence that their Organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency).",
                    "minimum": "SPD Part IV: Selection criteria - C: Technical and Professional Ability - Question 4C.1.2 - Expertise, capability and capacity - To demonstrate compliance Tenderers must provide (by way of attachment) two examples of the delivery of similar contracts. Each example must include: - customer & contract name - contract start/end date - a description of the contract including your role and the services provided (highlighting any sub-contracting utilised) - details of the Plant, Equipment & Vehicles and human resources supplied by your Organisation to deliver the contract Where a Tenderer does not demonstrate compliance to the Council's satisfaction, the Council may exclude the Tenderer from the competition. SPD Part IV: Selection criteria - C: Technical and Professional Ability - Question 4C.2 - Compliance with regulatory requirements - To demonstrate compliance Tenderers must provide a statement which demonstrates compliance with each of the ten points outlined above, as well as providing details of any additional regulatory accreditations that their Organisation has in place (specifically related to the specified service). Where a Tenderer does not demonstrate compliance to the Council's satisfaction, the Council may exclude the Tenderer from the competition. SPD Part IV: Selection criteria - C: Technical and Professional Ability - Question 4C.4 (A) - Payment of the Real Living Wage - Where a Tenderer does not commit to pay any staff that at least the Real Living Wage, the Council may exclude the Tenderer from the competition. SPD Part IV: Selection criteria - C: Technical and Professional Ability - Question 4C.4 (B) - Inclusion of prompt payment clause - Where a Tenderer does not commit to the inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition. SPD Part IV: Selection criteria - C: Technical and Professional Ability - Question 4C.7 - Response to climate change emergency - Tenderers must complete the Climate Change Plan Template, to supply information about their organisation's carbon emissions sources and the steps that their organisation plans to take to reduce your carbon emissions, including any ongoing or completed plans. Where a Tenderer fails to demonstrate that it's taking steps to build awareness of the climate change emergency and reduce emissions, to the Council's satisfaction, the Council may exclude the Tenderer from the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "51111200",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "It is envisaged that further notices relating to any re-tender will be placed during the final quarter of 2025 or, if the extension options are undertaken, the final quarter of 2026 or 2027."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "As detailed within section 10 of the ITT document (Site Walk Round), Tenderer's are invited to attend a one-off, group, site walk round of each core site, for the purposes of informing tender submissions, which will take place on the 11 and 12 of March 2024. Please ensure you follow instructions contained within the ITT if you wish to attend. (SC Ref:766440)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000758272"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000758272"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CT2918",
            "status": "unsuccessful",
            "statusDetails": "unsuccessful",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2024/S 000-005904"
        }
    ]
}