Section one: Contracting authority
one.1) Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
Contact
Laura Schouten
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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/
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
EC0984 Humidifier Maintenance
Reference number
EC0984
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The University of Edinburgh wishes to appoint a single contractor to provide humidifier maintenance, including service and maintenance, reactive works and replacement equipment, to the numerous humidifiers located across the various University buildings. Please refer to the ITT tender documents for full details of the scope.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 45331000 - Heating, ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The University of Edinburgh wishes to appoint a single contractor to provide humidifier maintenance, including service and maintenance, reactive works and replacement equipment, to the numerous humidifiers located across the various University buildings. Please refer to the ITT tender documents for full details of the scope.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
The University of Edinburgh reserves the option to extend for up to two additional years
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Part IV: Selection criteria - B: Economic and financial standing – Question 4B1.1 (turnover requirement), 4B5.1 and 4B5.2 (insurance requirements), and 4B6 (other requirements).
Minimum level(s) of standards possibly required
Question 4B1.1
Tenderers are required to have a minimum “general” annual turnover of GBP 200,000 for the last three financial years. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading in question 4B3.
Questions 4B5.1a/b and 4B5.2
Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
- Employer’s Liability Insurance: GBP 10,000,000
- Public Liability Insurance: GBP 5,000,000
- Professional Indemnity Insurance: GBP 2,000,000
Question 4B6
SPD 4B.6 Statement 1 (PCG):
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 (Financial Strength):
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.
Please refer to the ITT tender documents for full details.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C1.2 and 4C10
Minimum level(s) of standards possibly required
Question 4C1.2
Bidders will be required to provide three examples of services carried out during the past three years that demonstrate that you have experience to deliver the services described in the Contract Notice that are similar in value and complexity of estate. Please refer to the ITT tender documents for full details.
Question 4C10
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Please refer to the ITT tender documents for full details.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the ITT tender documents for full details.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
22 March 2023
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 March 2023
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: Early 2027
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
SPD Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management Standards– Question 4D1 and 4D2
4D1 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 this, then the bidder must have equivalent, regulated reviewed documented policy and processes .
4D1 Statement 2 Health and Safety:
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 this, then the bidder must have equivalent, regulated reviewed documented policy and processes .
4D2 Statement Environmental Management System:
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 this, then the bidder must have equivalent, regulated reviewed documented policy and processes.
Please refer to the ITT tender documents for full details.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23453. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Please see details in the Tender Documents.
(SC Ref:722031)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street,
Edinburgh
EH1 1LB
Country
United Kingdom