Section one: Contracting authority
one.1) Name and addresses
University of Aberdeen
University Office, King's College
Aberdeen
AB24 3FX
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
http://www.abdn.ac.uk/procurement
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00102
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Small vehicles maintenance framework - University of Aberdeen
Reference number
AU24/34
two.1.2) Main CPV code
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The University of Aberdeen wish to appoint a framework contract for Agricultural/Horticultural Vehicle and Small Tools Maintenance for the provision of Reactive, Planned and statutory Maintenance that best meet the needs of the University and its customers. The contract will be in composite:
To provide a maintenance service for specialist Agricultural and Horticultural vehicles, tools and equipment.
To provide 24/7 emergency breakdown cover within an hour of breakdown. This is particularly critical during the winter period when the Grounds Department are responsible for snow clearing and gritting.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
The contract will be for a service to cover reactive, planned & statutory maintenance and associated services to include, but not limited to:
A maintenance service for specialist Agricultural and Horticultural vehicles, tools and equipment.
To provide 24/7 emergency breakdown cover within an hour of breakdown. This is particularly critical during the winter period when the Grounds Department are responsible for snow clearing and gritting.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the Framework agreement will be effective from 1st August for an initial period of 2 years with the option to extend for two (2) further periods, each of 12 months subject to satisfactory annual review and mutual agreement.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
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.2.2) Time limit for receipt of tenders or requests to participate
Date
3 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Up to 4 years following award
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Acceptance of Standard Terms and Conditions: Tenderers must confirm that they will accept the Standard Terms and Conditions as set out in Appendices supplied.
Tenderers wishing to propose an amendment to the Terms and Conditions may do so by attaching the amendment to the appropriate section in PCS-T. The University will review and consider only minor amendments that do not substantially change the intention of the terms and conditions and note they do not have to accept any amendments proposed. This information should be submitted in the Technical envelope. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The buyer is using PCS-Tender to conduct this ITT exercise.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Sub-Contracting is not a significant part of the overall anticipated contract spend.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28415. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:788663)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sheriff Court
Aberdeen
Country
United Kingdom