Section one: Contracting authority
one.1) Name and addresses
The University of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
http://www.ed.ac.uk/schools-departments/procurement/supplying
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Security Systems Maintenance and Associated Services
Reference number
EC0961
two.1.2) Main CPV code
- 50610000 - Repair and maintenance services of security equipment
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T) and closed 1st December 2021.
This contract is to provide Service & Maintenance, Breakdowns and Emergency Call-outs for the Security Systems & Associated Services Contract to the University of Edinburgh (UoE). This may include major/minor replacements and ad-hoc services for all existing and proposed new security systems including all relevant associated services.
This contract is awarded on behalf of the UoE and all UoE Subsidiary Companies. Any and all of the UoE Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period.
The University of Edinburgh Standard Terms and Conditions relating to the Purchase of Goods and Services shall apply.
.
The UoE at present, have significant security assets, some of which are known and others which have yet to be identified. The contractor shall develop and maintain an accurate asset list; including the omission of redundant services/equipment and addition of newly installed equipment under both development and operational projects. The contractor shall be responsible for surveying all buildings across the UoE Estate to ascertain existing and unidentified assets
This Contract covers an initial contract period of 3 years with the option to extend for a period of two 1 year periods in total.
Description of options: Any remedial repairs, system modifications or major/minor upgrades/replacements shall be the subject of separate itemised quotations when requested by the University Estates Department as the need arises inclusive of all plant, tools and access equipment and at the rates submitted as part of the tender. The University Estates Department reserves the right to seek quotes from alternative suppliers, if it is felt a more competitive quote should be sought. In all instances, there is no contractual obligation on the part of the University of Edinburgh to provide the Contractor with a purchase order for any System Modifications or Major/Minor Upgrades/Replacements quoted for, if it is
deemed not to provide best value for money by the University of Edinburgh.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £960,000
two.2) Description
two.2.2) Additional CPV code(s)
- 35121000 - Security equipment
- 50610000 - Repair and maintenance services of security equipment
- 35120000 - Surveillance and security systems and devices
- 35125300 - Security cameras
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
two.2.4) Description of the procurement
This procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T) using a one stage Open procedure. The tender closed 1st December 2021 and the following evaluation process was adhered to:-
Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the SPD in PCS-T. Bidders should note that these are mandatory pass/fail requirements and that 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.
Bidders will be required to confirm they can meet the required maximum response times on site. Failure to confirm and demonstrate this in their responses to the technical questions will result in the Bidder being automatically excluded.
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.
UoE reserve the right to apply their own judgement based on experience from similar contracts to determine if response is feasible. If bidders knowingly cannot fulfil this, they should discontinue this application.
A technical threshold will apply - bids will be required to achieve a minimum score of 30 percent or more of the overall technical score of 60 percent in order to progress to the commercial stage of evaluation.
Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks and others a percentage of that mark according to the difference between their bid and the lowest offer. Where we consider any of the total price(s) you have submitted to be abnormally low we will ask you to explain the price(s) you have submitted (as required in regulation 69 of the Public Contracts Regulations 2015).
The quality and commercial score will be combined to give each bidder, who has passed the technical threshold, an overall total score.
The supplier with the highest total score will be deemed to have provided the most economical advantageous tender (MEAT).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
Any remedial repairs, system modifications or major/minor upgrades/replacements shall be the subject of separate itemised quotations when requested by the University Estates Department as the need arises inclusive of all plant, tools and access equipment and at the rates submitted as part of the tender. The University Estates Department reserves the right to seek quotes from alternative suppliers, if it is felt a more competitive quote should be sought. In all instances, there is no contractual obligation on the part of the University of Edinburgh to provide the Contractor with a purchase order for any System Modifications or Major/Minor Upgrades/Replacements quoted for, if it is deemed not to provide best value for money by the University of Edinburgh.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-027112
Section five. Award of contract
Contract No
EC0961
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 January 2022
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
FMS Fire and Security
Unit 2 Dryden Place, Bilston Glen Industrial Estate
Loanhead
EH20 9HP
Country
United Kingdom
NUTS code
- UKM73 - East Lothian and Midlothian
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £960,000
Section six. Complementary information
six.3) Additional information
The contract was awarded to one supplier deemed to have provided the most economical advantageous tender (MEAT).
The proposed length of the agreement is 3 years with the option to extend for a further 2 years (3 + 1 + 1).
The estimated 5 year contract value is based on annual PPM costs tendered and a forecast annual cost for any remedial repairs, systems modifications or major/minor upgrades/replacements procured.
(SC Ref:680682)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
Country
United Kingdom