Tender

HVAC and plumbing maintenance framework - University of Aberdeen

  • University of Aberdeen

F02: Contract notice

Notice identifier: 2025/S 000-003262

Procurement identifier (OCID): ocds-h6vhtk-04da87

Published 31 January 2025, 12:19pm



Section one: Contracting authority

one.1) Name and addresses

University of Aberdeen

University Office, King's College

Aberdeen

AB24 3FX

Email

e-sourcing@abdn.ac.uk

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

HVAC and plumbing maintenance framework - University of Aberdeen

Reference number

AU24/39

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The framework contract will be for a service to cover reactive, planned and statutory maintenance and associated services to include, but not limited to:

HVAC

General repairs on HVAC units and systems campus wide,

Certified installation/replacement of HVAC units and systems,

Carry out planned maintenance on all HVAC units and systems campus wide,

Certified landlords gas safety checks (Domestic),

HVAC duct cleaning campus wide,

Certified inspection and testing on all HVAC units and systems,

Responsibility for the upkeep of onsite F gas register,

Occasional out of hours works required.

Plumbing

All aspects of plumbing maintenance.

Toilets and drain blockages.

Water temperature issues.

Water pressure issues.

Legionella inspections follow up works as per consultant recommendations.

Planned maintenance works (annual – biannual)

Externals – gulley cleaning around campus,

Refurbishment priced works.

Upgrade priced works.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM50 - Aberdeen City and Aberdeenshire

two.2.4) Description of the procurement

The framework contract will be for a service to cover reactive, planned and statutory maintenance and associated services to include, but not limited to:

HVAC

General repairs on HVAC units and systems campus wide,

Certified installation/replacement of HVAC units and systems,

Carry out planned maintenance on all HVAC units and systems campus wide,

Certified inspection and testing on all HVAC units and systems,

Responsibility for the upkeep of onsite F gas register,

Occasional out of hours works required.

Plumbing

All aspects of plumbing maintenance.

Toilets and drain blockages.

Water temperature issues.

Water pressure issues.

Legionella inspections follow up works as per consultant recommendations.

Planned maintenance works (annual – biannual)

Externals – gulley cleaning around campus,

Refurbishment priced works.

Upgrade priced works.

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: 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.

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

Appendices List:

Appendix A - Commercial Schedule

Appendix B – Technical Schedule

Appendix C – SCDA Questionnaire

Appendix D – Form of Tender

Appendix E – Terms and Conditions

Appendix F – Supply Chain Code of Conduct

Appendix G – Vendor Questions

Living Wage Status: Please provide details on your position on the Real Living Wage. This information should be submitted in the Technical envelope. It is for information only and will not be scored.

Prompt Payment: Tenderers must confirm that payment of subcontractors at all stages of the supply chain will be made within a maximum of 30 days and that this will be managed.

Acceptance of Standard Terms and Conditions: Tenderers must confirm that they will accept the Standard Terms and Conditions as set out in Appendix E Terms and Conditions. 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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28421. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:789218)

six.4) Procedures for review

six.4.1) Review body

Aberdeen Sheriff Court

Aberdeen

Country

United Kingdom