Tender

Electrical Works and Associated Services Framework Agreement

UNIVERSITY OF EDINBURGH

This public procurement record has 2 releases in its history.

Tender

02 Jun 2025 at 00:00

Planning

14 Oct 2024 at 00:00

Summary of the contracting process

The University of Edinburgh is in the tender stage of the procurement process for an "Electrical Works and Associated Services Framework Agreement." This procurement, following an open procedure, aims to appoint suppliers to a framework agreement for providing electrical works and associated services across approximately 550 buildings in Edinburgh and Midlothian. The tender is divided into two lots covering various academic and administrative areas. The contract period is initially set for two years, starting from 3rd July 2025, with the possibility of two one-year extensions. The submission deadline for tenders is 3rd July 2025, and the procurement method is electronic submission. The estimated total contract value within this framework is projected at approximately GBP 21.3 million.

This tender represents a significant opportunity for businesses specialising in electrical maintenance and services, offering approximately GBP 21.3 million over an initial four-year forecast period. It is particularly suited to companies that can provide high-quality reactive maintenance and repairs, alongside planned works in a complex estate environment. Companies with experience in coordinating large-scale projects and working within university campuses would be well-positioned to compete. Moreover, businesses that can demonstrate robust technical capabilities and competitive pricing structures, alongside necessary certifications like BS EN ISO 9001 for quality management, are likely to benefit. The scope covering multiple University areas ensures varied business prospects, catering to both new market entrants and established entities.

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

Electrical Works and Associated Services Framework Agreement

Notice Description

The University of Edinburgh will shortly be going out to tender via an Open Procedure to appoint suppliers to a Framework Agreement (incorporating a Measured Term Contract) for the provision of Electrical Works and Associated Services to service the University of Edinburgh's Estate of approximately 550 varied buildings in Edinburgh and Midlothian, including all buildings and other property owned, occupied or otherwise used by the University of Edinburgh. The Framework is tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Framework at any time during the life of the agreement. The framework agreement will operate under the SBCC Framework Agreement for use in Scotland (FA/Scot) 2014 Edition and all call-offs/contracts awarded under the framework will operate under the SBCC Measured Term Contract for use in Scotland (MTC/Scot) 2019 Edition, or, the NEC 4 Contract (where applicable). The next generation Agreement will cover the provision of reactive electrical services maintenance and repairs, planned small works and associated builder's work in connection with electrical work only. As required under CDM 2015, the Provider(s) is responsible for the co-ordination, supervision and administration of the Works, including all sub contracts. The Provider shall arrange and monitor a programme with each sub-contractor, supplier, local authority and statutory undertaker, and obtain and supply information as necessary for the co-ordination of the work. For the purposes of this Framework Agreement the University of Edinburgh estate will be divided into two areas or Lots outlined below. Lot 1 - Science & Engineering (Kings Buildings) and Medical & Veterinary Sciences Lot 2 - Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking. The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1). The estimated total contract value is based on forecast spend across both Lots over a 4 year period.

Lot Information

Science & Engineering (KB) and Medical & Veterinary Sciences

The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Electrical Works and Associated Services. It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows. The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. The Technical section is allocated a total weighting of 70%. Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example, if a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. A 60% technical minimum threshold will apply - bidders will be required to achieve a minimum score of 42% or more of the overall technical score of 70% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 30%. The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. The technical and commercial score will be combined to give each bidder, who has passed the technical threshold, an overall total score. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1).

Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services.

The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Electrical Works and Associated Services. It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows. The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. The Technical section is allocated a total weighting of 70%. Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example, if a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. A 60% technical minimum threshold will apply - bidders will be required to achieve a minimum score of 42% or more of the overall technical score of 70% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 30%. The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. The technical and commercial score will be combined to give each bidder, who has passed the technical threshold, an overall total score. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1).

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000780473
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN531550
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

45310000 - Electrical installation work

Notice Value(s)

Tender Value
£21,336,497 £10M-£100M
Lots Value
£21,336,497 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Jun 20258 months ago
Submission Deadline
3 Jul 2025Expired
Future Notice Date
31 Jan 2025Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
12 months prior to framework expiry date.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Jorga Maria Koppers Couper, Kim Scott-Woodhouse
Contact Email
jcouper@ed.ac.uk, k.scott-woodhouse@ed.ac.uk
Contact Phone
+44 1316502759

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=OCT516134
    Electrical Works and Associated Services Framework Agreement - The University of Edinburgh is intending to go back out to market at the start of 2025 for the provision of Electrical Works and Associated Services to service the University of Edinburgh's Estate of approximately 550 varied buildings in Edinburgh and Midlothian, including all buildings and other property owned, occupied or otherwise used by the University of Edinburgh. The activity is spread over five locations covering 800,000 square metres with student accommodation provided at the Pollock Halls of Residence and across a range of flats around city. Other locations include Central Edinburgh Area, Kings Buildings, Bush Estate, the Roslin Institute, the Western General Hospital, Edinburgh Royal Infirmary and Firbush Outdoor Education Centre. The next generation Agreement will cover the provision of reactive electrical services maintenance and repairs, planned small works and associated builder's work in connection with electrical work only. As required under CDM 2015, the Provider(s) is responsible for the co-ordination, supervision and administration of the Works, including all sub contracts. The Provider shall arrange and monitor a programme with each sub-contractor, supplier, local authority and statutory undertaker, and obtain and supply information as necessary for the co-ordination of the work. The estimated total contract value is based on forecast spend over a 4 year period.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN531550
    Electrical Works and Associated Services Framework Agreement - The University of Edinburgh will shortly be going out to tender via an Open Procedure to appoint suppliers to a Framework Agreement (incorporating a Measured Term Contract) for the provision of Electrical Works and Associated Services to service the University of Edinburgh's Estate of approximately 550 varied buildings in Edinburgh and Midlothian, including all buildings and other property owned, occupied or otherwise used by the University of Edinburgh. The Framework is tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Framework at any time during the life of the agreement. The framework agreement will operate under the SBCC Framework Agreement for use in Scotland (FA/Scot) 2014 Edition and all call-offs/contracts awarded under the framework will operate under the SBCC Measured Term Contract for use in Scotland (MTC/Scot) 2019 Edition, or, the NEC 4 Contract (where applicable). The next generation Agreement will cover the provision of reactive electrical services maintenance and repairs, planned small works and associated builder's work in connection with electrical work only. As required under CDM 2015, the Provider(s) is responsible for the co-ordination, supervision and administration of the Works, including all sub contracts. The Provider shall arrange and monitor a programme with each sub-contractor, supplier, local authority and statutory undertaker, and obtain and supply information as necessary for the co-ordination of the work. For the purposes of this Framework Agreement the University of Edinburgh estate will be divided into two areas or Lots outlined below. Lot 1 - Science & Engineering (Kings Buildings) and Medical & Veterinary Sciences Lot 2 - Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking. The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1). The estimated total contract value is based on forecast spend across both Lots over a 4 year period.

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-r6ebe6-0000780473-2025-06-02T00:00:00Z",
    "date": "2025-06-02T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000780473",
    "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": {
                "name": "Kim Scott-Woodhouse",
                "email": "k.scott-woodhouse@ed.ac.uk",
                "telephone": "+44 1316502759",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.ed.ac.uk"
            }
        },
        {
            "id": "org-79",
            "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": "Jorga Maria Koppers Couper",
                "email": "jcouper@ed.ac.uk",
                "telephone": "+44 1316502759",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.ed.ac.uk"
            }
        },
        {
            "id": "org-51",
            "name": "Edinburgh Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-79"
    },
    "planning": {
        "documents": [
            {
                "id": "OCT516134",
                "documentType": "plannedProcurementNotice",
                "title": "Electrical Works and Associated Services Framework Agreement",
                "description": "The University of Edinburgh is intending to go back out to market at the start of 2025 for the provision of Electrical Works and Associated Services to service the University of Edinburgh's Estate of approximately 550 varied buildings in Edinburgh and Midlothian, including all buildings and other property owned, occupied or otherwise used by the University of Edinburgh. The activity is spread over five locations covering 800,000 square metres with student accommodation provided at the Pollock Halls of Residence and across a range of flats around city. Other locations include Central Edinburgh Area, Kings Buildings, Bush Estate, the Roslin Institute, the Western General Hospital, Edinburgh Royal Infirmary and Firbush Outdoor Education Centre. The next generation Agreement will cover the provision of reactive electrical services maintenance and repairs, planned small works and associated builder's work in connection with electrical work only. As required under CDM 2015, the Provider(s) is responsible for the co-ordination, supervision and administration of the Works, including all sub contracts. The Provider shall arrange and monitor a programme with each sub-contractor, supplier, local authority and statutory undertaker, and obtain and supply information as necessary for the co-ordination of the work. The estimated total contract value is based on forecast spend over a 4 year period.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516134",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "EC1039",
        "title": "Electrical Works and Associated Services Framework Agreement",
        "description": "The University of Edinburgh will shortly be going out to tender via an Open Procedure to appoint suppliers to a Framework Agreement (incorporating a Measured Term Contract) for the provision of Electrical Works and Associated Services to service the University of Edinburgh's Estate of approximately 550 varied buildings in Edinburgh and Midlothian, including all buildings and other property owned, occupied or otherwise used by the University of Edinburgh. The Framework is tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Framework at any time during the life of the agreement. The framework agreement will operate under the SBCC Framework Agreement for use in Scotland (FA/Scot) 2014 Edition and all call-offs/contracts awarded under the framework will operate under the SBCC Measured Term Contract for use in Scotland (MTC/Scot) 2019 Edition, or, the NEC 4 Contract (where applicable). The next generation Agreement will cover the provision of reactive electrical services maintenance and repairs, planned small works and associated builder's work in connection with electrical work only. As required under CDM 2015, the Provider(s) is responsible for the co-ordination, supervision and administration of the Works, including all sub contracts. The Provider shall arrange and monitor a programme with each sub-contractor, supplier, local authority and statutory undertaker, and obtain and supply information as necessary for the co-ordination of the work. For the purposes of this Framework Agreement the University of Edinburgh estate will be divided into two areas or Lots outlined below. Lot 1 - Science & Engineering (Kings Buildings) and Medical & Veterinary Sciences Lot 2 - Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking. The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1). The estimated total contract value is based on forecast spend across both Lots over a 4 year period.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45310000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "45310000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 21336497.7,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "lots": [
            {
                "id": "1",
                "description": "The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Electrical Works and Associated Services. It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows. The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. The Technical section is allocated a total weighting of 70%. Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example, if a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. A 60% technical minimum threshold will apply - bidders will be required to achieve a minimum score of 42% or more of the overall technical score of 70% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 30%. The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. The technical and commercial score will be combined to give each bidder, who has passed the technical threshold, an overall total score. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "title": "Science & Engineering (KB) and Medical & Veterinary Sciences",
                "value": {
                    "amount": 8534599.08,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1)."
                }
            },
            {
                "id": "2",
                "title": "Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services.",
                "description": "The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Electrical Works and Associated Services. It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows. The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. The Technical section is allocated a total weighting of 70%. Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example, if a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. A 60% technical minimum threshold will apply - bidders will be required to achieve a minimum score of 42% or more of the overall technical score of 70% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 30%. The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. The technical and commercial score will be combined to give each bidder, who has passed the technical threshold, an overall total score. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "value": {
                    "amount": 12801898.64,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1)."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-01-31T00:00:00Z",
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
        },
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "45000000",
            "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": "2025-07-03T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-07-03T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN531550",
                "documentType": "contractNotice",
                "title": "Electrical Works and Associated Services Framework Agreement",
                "description": "The University of Edinburgh will shortly be going out to tender via an Open Procedure to appoint suppliers to a Framework Agreement (incorporating a Measured Term Contract) for the provision of Electrical Works and Associated Services to service the University of Edinburgh's Estate of approximately 550 varied buildings in Edinburgh and Midlothian, including all buildings and other property owned, occupied or otherwise used by the University of Edinburgh. The Framework is tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Framework at any time during the life of the agreement. The framework agreement will operate under the SBCC Framework Agreement for use in Scotland (FA/Scot) 2014 Edition and all call-offs/contracts awarded under the framework will operate under the SBCC Measured Term Contract for use in Scotland (MTC/Scot) 2019 Edition, or, the NEC 4 Contract (where applicable). The next generation Agreement will cover the provision of reactive electrical services maintenance and repairs, planned small works and associated builder's work in connection with electrical work only. As required under CDM 2015, the Provider(s) is responsible for the co-ordination, supervision and administration of the Works, including all sub contracts. The Provider shall arrange and monitor a programme with each sub-contractor, supplier, local authority and statutory undertaker, and obtain and supply information as necessary for the co-ordination of the work. For the purposes of this Framework Agreement the University of Edinburgh estate will be divided into two areas or Lots outlined below. Lot 1 - Science & Engineering (Kings Buildings) and Medical & Veterinary Sciences Lot 2 - Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier's Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier's preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking. The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1). The estimated total contract value is based on forecast spend across both Lots over a 4 year period.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN531550",
                "format": "text/html"
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2025-07-03T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Please refer to the ITT documentation for full details."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD 4A.2 Statement Bidders must confirm if they hold the particular authorisation or memberships. Please note Bidders must have these accreditations or memberships at time of tender and \"working towards\" any of these requirements are not acceptable. - Membership of Select, NICEIC or equivalent; - Membership of CHAS/SSIP or equivalent; - Membership of CSCS or equivalent; - Holders of SJIB grading cards or equivalent; and - Krone (Commscope) approved for data installations, terminations, testing in compliance with BS 6701 BS EN 50173 Generic Cabling Systems and BS EN 50174 Cabling Installation (or approved sub-Contractor)."
                },
                {
                    "type": "economic",
                    "minimum": "SPD Statement 4B.1.1 Lot 1 - Bidders will be required to have a minimum \"general\" yearly turnover of 2,000,000 GBP for the last 3 years (excluding VAT). Lot 2 - Bidders will be required to have a minimum \"general\" yearly turnover of 3,000,000 GBP for the last 3 years (excluding VAT). Lot 1 and 2 (Both Lots) - if bidding for both Lots, Bidders will be required to have a minimum \"general\" yearly turnover of 5,000,000 GBP for the last 3 years (excluding VAT). SPD Statement 4B.5.1 and 4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10 million GBP Public / Product Liability Insurance = 5 million GBP Professional Indemnity Insurance = 2 million GBP SPD 4B.6 Statement 1: Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract. SPD 4B.6 Statement 2: Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: - Current Ratio - Quick Ratio - Debtors Turnover Ratio - Return on Assets - Working Capital - Debt to Equity Ratio - Gross Profit Ratio A review of your ratios and audited accounts may be undertaken. In some cases, this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability."
                },
                {
                    "type": "technical",
                    "minimum": "SPD 4C.1.2 Question Bidders will be required to provide three examples of works and associated services that demonstrate the range of project types and contracts undertaken by your Practice and carried out during the past five years that demonstrate that they have the relevant experience in delivering services of a comparative nature and of a similar scale and complexity for Lot 1 and Lot 2 Electrical Works and Associated Services, as described in part II.2.4 of the PCS Contract Notice or the relevant section of the Site Notice. Example 1: Value should be between 20,000 GBP to 50,000 GBP Example 2: Value Should be between 50,000 GBP to 150,000 GBP Example 3: Value should be between 150,000 GBP to 250,000 GBP 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. - Details of multi/complex stakeholder engagement. - Location, including name and address of the client contact to provide a reference to the University. In order to ensure that newer or start-up companies have a chance to demonstrate any experience relevant to the current requirement, examples may be provided from within their organisation; bidders may rely on the experience of personnel that they intend to use to carry out the current requirement, even if that experience was gained whilst working for a different organisation. 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). If the bidder does not hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), The bidder must have the following: Equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, 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. If the bidder does not 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, then the bidder must have the following: Equivalent, regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. 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 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: Equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent. SPD Statement 4C.4 and 4C.10 also apply."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 8
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "12 months prior to framework expiry date."
        }
    },
    "language": "EN",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29386. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community Benefits will apply. Further information will be detailed within our ITT documentation. (SC Ref:798999)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000780473"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000780473"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2024/S 000-032912"
        }
    ]
}