Notice Information
Notice Title
EC1048 Air Conditioners Maintenance & Reactive Work
Notice Description
The University of Edinburgh has appointed a single supplier to provide maintenance services and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate. The initial contract period is for 3 years from 1st October 2025 to 30th September 2028. The University has two options to extend for periods of 1-year each, potentially taking the contract through to 30th September 2030 if all extensions are applied (3+1+1).
Lot Information
Lot 1
The University of Edinburgh has appointed a single supplier to provide maintenance services and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate. The initial contract period is for 3 years from 1st October 2025 to 30th September 2028. The University has two options to extend for periods of 1-year each, potentially taking the contract through to 30th September 2030 if all extensions are applied (3+1+1). The contract has been awarded following an openly advertised Restricted Procedure (two-stage tender process).
Options: The University has two options to extend for periods of 1-year each, potentially taking the contract through to 30th September 2030 if all extensions are applied (3+1+1).
Renewal: Initial contract period of 3 years with the option to extend for up to a further 2 years in total (3+1+1).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000795787
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539490
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
42 - Industrial machinery
50 - Repair and maintenance services
-
- CPV Codes
42500000 - Cooling and ventilation equipment
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £2,750,000 £1M-£10M
- Lots Value
- £2,750,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £2,750,000 £1M-£10M
Notice Dates
- Publication Date
- 18 Sep 20255 months ago
- Submission Deadline
- 8 May 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 16 Sep 20255 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Tendering process for renewal of this contract is likely to be approx. 6 to 9 months prior to the expiry of the contract.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- James Clarke
- Contact Email
- jclarke5@ed.ac.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1HT
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR527993
EC1048 Air Conditioners Maintenance & Reactive Work - The University of Edinburgh will shortly be going out to tender via a Restricted Procedure to engage a suitably qualified, resourced, and experienced single supplier to provide maintenance services and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate. It is anticipated that the contract will be in place for an initial period of 3 years, with two options to extend for periods of 1-year each (3+1+1). -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539490
EC1048 Air Conditioners Maintenance & Reactive Work - The University of Edinburgh has appointed a single supplier to provide maintenance services and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate. The initial contract period is for 3 years from 1st October 2025 to 30th September 2028. The University has two options to extend for periods of 1-year each, potentially taking the contract through to 30th September 2030 if all extensions are applied (3+1+1).
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000795787-2025-09-18T00:00:00Z",
"date": "2025-09-18T00:00:00Z",
"ocid": "ocds-r6ebe6-0000795787",
"initiationType": "tender",
"parties": [
{
"id": "org-48",
"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": "James Clarke",
"email": "jclarke5@ed.ac.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"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-49",
"name": "Edinburgh Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "Edinburgh Sheriff Court, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-175",
"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": "James Clarke",
"email": "jclarke5@ed.ac.uk",
"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-176",
"name": "Alba Facilities Services Ltd",
"identifier": {
"legalName": "Alba Facilities Services Ltd"
},
"address": {
"streetAddress": "37 Lonmay Drive, Panorama Business Village",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G33 4EP"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-85",
"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-175"
},
"tender": {
"id": "EC1048",
"title": "EC1048 Air Conditioners Maintenance & Reactive Work",
"description": "The University of Edinburgh has appointed a single supplier to provide maintenance services and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate. The initial contract period is for 3 years from 1st October 2025 to 30th September 2028. The University has two options to extend for periods of 1-year each, potentially taking the contract through to 30th September 2030 if all extensions are applied (3+1+1).",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "42500000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 2750000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2025-05-08T12:00:00Z"
},
"documents": [
{
"id": "APR527993",
"documentType": "contractNotice",
"title": "EC1048 Air Conditioners Maintenance & Reactive Work",
"description": "The University of Edinburgh will shortly be going out to tender via a Restricted Procedure to engage a suitably qualified, resourced, and experienced single supplier to provide maintenance services and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate. It is anticipated that the contract will be in place for an initial period of 3 years, with two options to extend for periods of 1-year each (3+1+1).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR527993",
"format": "text/html"
},
{
"id": "SEP539490",
"documentType": "awardNotice",
"title": "EC1048 Air Conditioners Maintenance & Reactive Work",
"description": "The University of Edinburgh has appointed a single supplier to provide maintenance services and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate. The initial contract period is for 3 years from 1st October 2025 to 30th September 2028. The University has two options to extend for periods of 1-year each, potentially taking the contract through to 30th September 2030 if all extensions are applied (3+1+1).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539490",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University of Edinburgh has appointed a single supplier to provide maintenance services and reactive work for Air Conditioning Units and systems that are spread throughout the University's Estate. The initial contract period is for 3 years from 1st October 2025 to 30th September 2028. The University has two options to extend for periods of 1-year each, potentially taking the contract through to 30th September 2030 if all extensions are applied (3+1+1). The contract has been awarded following an openly advertised Restricted Procedure (two-stage tender process).",
"status": "complete",
"value": {
"amount": 2750000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period of 3 years with the option to extend for up to a further 2 years in total (3+1+1)."
},
"options": {
"description": "The University has two options to extend for periods of 1-year each, potentially taking the contract through to 30th September 2030 if all extensions are applied (3+1+1)."
}
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "As detailed within the ITT documentation."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2025-05-29T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD 4A.2 Statement The following accreditations will be mandatory for the successful Supplier to currently hold: - All on site staff are accredited under a Health and Safety competence scheme CITB or equivalent. - All engineers working on this contract must hold the relevant F-Gas qualification and only work within the applicable category: - category 1 certificate - carry out all activities - category 2 certificate - install, maintain, service and recover refrigerant from systems containing less than 5 tonnes of CO2 equivalent (CO2e) - category 3 certificate - recover refrigerant from systems that contain less than 3 kg of F gas - category 4 certificate -check equipment for leaks but not breaking into the refrigeration circuit. - Member of B & ES (Building and Engineering Services Association/HVAC) or equivalent. - Member of REFCOM or equivalent. Bidders will need to provide relevant, in date order, certification as part of their SPD response to demonstrate they meet this."
},
{
"type": "economic",
"minimum": "SPD Statement 4B.1.1 Bidders will be required to have a \"general\" yearly turnover threshold value of 2,750,000 GBP for the last three years prior to the date of proposed contract award. SPD Statement 4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were setup/started trading. SPD Statement 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 10 million GBP Professional Indemnity Insurance = 1 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",
"description": "SPD 4C.1.2 - Statement 1 Bidders will be required to provide three examples of contracts/projects carried out during the past three years that demonstrate that you have experience to deliver the services described in the PCS Contract Notice which are similar in value and complexity of estate. Bidder's examples should include but are not limited to the following details in their service provision examples: - Detailed description of the service (including detail of whether the service was planned or reactive); - Value of the contract/service; - Contract period; - Complexity of estate managed; - Description of any reactive / replacement installation service provided; and - Details of multi/complex stakeholder engagement. NOTE: If you are unable to provide any examples, please explain why you cannot provide examples. Weighting: 45% overall (Each example provided in response to question 4C.1.2 is worth 15%). SPD 4C.1.2 - Statement 2 A proven ability to manage the various elements of service delivery of this contract should be evidenced. Based on the examples described in Statement 1, Bidders are required to describe what their practical methods were for managing the following aspects of their contract: - Accuracy of recording of work undertaken; - Quality of finished work presented for inspection by the customer, including management of any sub-contractors' work packages; - Communication with all stakeholders, including customers' staff and all interested third parties; - Management and rectification of any defects identified by the customers' contract management staff. Weighting: 15%. SPD 4C.1.2 - Statement 3 A positive health and safety culture is of paramount importance to the University. Bidders are required to describe in detail how they have pro-actively managed the Health & Safety issues of current and past contracts, with particular emphasis on the safety of employees and all third parties affected by their works. Responses should identify any examples of work within sensitive or hazardous environments, e.g., laboratories, animal houses and areas where asbestos may be present, etc. Weighting: 10%. SPD 4C.4 Statement Bidders are required to provide details of how they manage reporting with other customers including details of any digital portal. Your response should include a flow chart. The flow chart should illustrate the procedure that has been adopted and the personnel/organisation involved together with the role they undertook. Please provide detail of what measures are in place to ensure reporting is completed on time and to a high standard. Weighting: 10%. SPD 4C.6 Statement Bidders are required to demonstrate that they have the relevant qualifications as listed within ref 4A.2, continued professional development and competence within their team to deliver contracts similar in size and complexity to this contract. Your response should include information about how your contract managers are developed and supported in their role. Weighting: 10%. SPD 4C.7 Statement The University is committed to understand, explain and deliver on its ambition to be a leading socially responsible and sustainable University. Bidders are required to provide details of their current environmental management measures with regard to the disposal of waste (including any hazardous materials) and any innovative measures they have employed to reduce / offset their carbon footprint. Weighting: 10% SPD 4C.10 Statement Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Please also state in detail the principal business activities of your organisation, highlighting the portion which is directly related to the scope of this Contract. Please note should your organisation propose to sub-contract any part of this Contract, then please provide further information on the scope and spilt which will be applicable to all parties. Not Scored - For Information Only",
"minimum": "SPD 4D.1 1st Statement Quality Management and Health and Safety Procedures. 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 UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following: A documented policy and procedures regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. SPD 4D.1 2nd Statement Quality Management and Health and Safety Procedures. The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, 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 UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (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 have the following: A regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. SPD 4D.2 Statement The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. 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. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above - ensuring effectiveness of measures and reducing impacts, workforce training and skills, checking and reviewing, dealing with waste, and ensuring any suppliers the bidder engages apply appropriate environmental protection measures."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "50000000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Tendering process for renewal of this contract is likely to be approx. 6 to 9 months prior to the expiry of the contract."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "(SC Ref:810491)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000795787"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000795787"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC1048",
"suppliers": [
{
"id": "org-176",
"name": "Alba Facilities Services Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC1048",
"awardID": "EC1048",
"status": "active",
"value": {
"amount": 2750000,
"currency": "GBP"
},
"dateSigned": "2025-09-16T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2025/S 000-013942"
}
],
"bids": {
"statistics": [
{
"id": "446",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "447",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "448",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "449",
"measure": "foreignBidsFromNonEU",
"value": 5,
"relatedLot": "1"
},
{
"id": "450",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
}
]
}
}