Tender

Framework Agreement for the Provision of Electrical Testing to the named Academic Partners of the University of the Highlands and Islands

  • University of the Highlands and Islands
  • Inverness College UHI (Also known as UHI Inverness)
  • North Highland College (Known as UHI North Highland)
  • Lews Castle College
  • West Highland College UHI
Show 1 more buyer Show fewer buyers
  • Sabhal Mòr Ostaig

F02: Contract notice

Notice identifier: 2023/S 000-006081

Procurement identifier (OCID): ocds-h6vhtk-03ad6d

Published 2 March 2023, 8:45am



Section one: Contracting authority

one.1) Name and addresses

University of the Highlands and Islands

12b Ness Walk

Inverness

IV3 5SQ

Email

ayoung@apuc-scot.ac.uk

Telephone

+44 1463279000

Fax

+44 1463279001

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.uhi.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101

one.1) Name and addresses

Inverness College UHI (Also known as UHI Inverness)

1 Inverness Campus

Inverness

IV2 5NA

Email

info@inverness.uhi.ac.uk

Telephone

+44 1463273000

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.inverness.uhi.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00454

one.1) Name and addresses

North Highland College (Known as UHI North Highland)

Ormlie Road

Thurso

KW14 7EE

Email

info@northhighland.ac.uk

Telephone

+44 1847889000

Fax

+44 1847889001

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.northhighland.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00471

one.1) Name and addresses

Lews Castle College

Castle Grounds, Stornoway

Isle of Lewis

HS2 0XR

Email

enquiries@lews.uhi.ac.uk

Telephone

+44 1851770000

Fax

+44 1851770001

Country

United Kingdom

NUTS code

UKM64 - Na h-Eileanan Siar (Western Isles)

Internet address(es)

Main address

http://www.lews.uhi.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00459

one.1) Name and addresses

West Highland College UHI

Carmichael Way

Fort William

PH33 6FF

Email

info@whc.uhi.ac.uk

Telephone

+44 1397874000

Fax

+44 1851770001

Country

United Kingdom

NUTS code

UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute

Internet address(es)

Main address

www.whc.uhi.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16402

one.1) Name and addresses

Sabhal Mòr Ostaig

Sabhal Mor Ostaig, Teangue

Isle of Skye

IV44 8RQ

Email

ksmith@apuc-scot.ac.uk

Telephone

+44 1471888000

Fax

+44 1471888001

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.smo.uhi.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00467

one.2) Information about joint procurement

The contract involves joint procurement

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

Framework Agreement for the Provision of Electrical Testing to the named Academic Partners of the University of the Highlands and Islands

Reference number

CS-UHI-25713

two.1.2) Main CPV code

  • 71314100 - Electrical services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is seeking to set up a Framework Agreement for the Provision of Electrical Testing to the named Academic Partners of the University of the Highlands and Islands.

The Framework Agreement is split into two (2) Lots. Lot 1 is for PAT Testing and Lot 2 is for Fixed Wire Testing. For the purpose of clarification, the below partners have access to this Framework Agreement. It should be noted that partners have the option to purchase requirements outside of this Framework Agreement and are not obligated to use the Framework Agreement.

- UHI Inverness

- UHI North Highland

- UHI Outer Hebrides

- UHI West Highland

- Sabhal Mòr Ostaig

It should be noted that UHI North Highland, UHI Outer Hebrides and UHI West Highland are expected to merge into one institution in the summer of 2023. In the event this merger takes place, the newly formed institution will have access to this Framework Agreement.

Each named Academic Partner may join the Framework Agreement at any time during the Framework Agreement, for some this will be when their existing supply Agreements expire; this means that from the beginning of the Framework Agreement, participation may be phased in.

Please note that this procurement exercise is split into two (2) Lots:

Lot 1 – PAT Testing

Lot 2 – Fixed Wire Testing

The Authority intends to appoint a maximum of one (1) Contractor to each Lot.

Tenderers can tender for one and/or multiple Lots. Tenderers should indicate which Lot(s) they are tendering for in the Single Procurement Document (SPD). Tender responses will be evaluated on a Lot by Lot basis.

The Tenderer can tender for one or multiple lots as long as they have the capacity and capability to meet the specification of requirements.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

PAT Testing

Lot No

1

two.2.2) Additional CPV code(s)

  • 71314100 - Electrical services

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands

two.2.4) Description of the procurement

Lot 1 is specific to PAT Testing.

Additional detail regarding this requirement is contained within the Invitation to Tender document and associated Appendices.

two.2.5) Award criteria

Quality criterion - Name: Methodology / Weighting: 15%

Quality criterion - Name: Technicians/Key Personnel / Weighting: 20%

Quality criterion - Name: Risk Assessment Process / Weighting: 10%

Quality criterion - Name: Repair Process / Weighting: 10%

Quality criterion - Name: Environmental Management / Weighting: 5%

Quality criterion - Name: Fair Work Practices / Weighting: 5%

Price - Weighting: 35%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will commence for an initial term of twenty-four (24) months.

The Authority reserves the right to extend the Framework Agreement for two (2) x twelve (12) month periods, subject to satisfactory performance and continued requirement of the Authority.

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) Description

two.2.1) Title

Fixed Wire Testing

Lot No

2

two.2.2) Additional CPV code(s)

  • 71314100 - Electrical services

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands

two.2.4) Description of the procurement

Lot 2 is for Fixed Wire Testing.

Additional detail regarding this requirement is contained within the Invitation to Tender document and associated Appendices.

two.2.5) Award criteria

Quality criterion - Name: Methodology / Weighting: 15%

Quality criterion - Name: Technicians/Key Personnel / Weighting: 20%

Quality criterion - Name: Risk Assessment Process / Weighting: 10%

Quality criterion - Name: Repair Process / Weighting: 10%

Quality criterion - Name: Environmental Management / Weighting: 5%

Quality criterion - Name: Fair Work Practices / Weighting: 5%

Price - Weighting: 35%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will commence for an initial term of twenty-four (24) months.

The Authority reserves the right to extend the Framework Agreement for two (2) x twelve (12) month periods, subject to satisfactory performance and continued requirement of the Authority.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

National Inspection Council for Electrical Installation Contracting (NICEIC) and/or a Trade Association equivalent.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Insurance

Bidders must confirm they can provide the following supporting evidence prior to award:

- Employer's (Compulsory) Liability Insurance = 5 000 000 GBP or as required by statute

- Product Liability Insurance = 5 000 000 GBP

- Public Liability Insurance = 5 000 000 GBP

Accounts

The following evidence will be requested with tender submissions in order to conduct analysis of organisation’s financial standing:

Contractors are required to submit 2 years audited accounts including profit and loss statements, or equivalent before the tender submission deadline.

Alternatively, if you are unable to provide the required accounting information – e.g., a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Framework Agreement.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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 a single operator

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

4 April 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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 April 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: March 2025 OR March 2026 OR March 2027

Please note that the timing for a future contract notice with regard to this requirement cannot be determined at this point in time.

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

The below documentation requires to be submitted as part of the tender submission:

Appendix A - Form of Tender

Appendix B - Freedom of Information

Appendix D - Supply Chain Code of Conduct

Appendix E1 - Commercial Questionnaire (if submitting a tender for Lot 1)

Appendix E2 - Commercial Questionnaire (if submitting a tender for Lot 2)

Appendix F1 - Technical Questionnaire (if submitting a tender for Lot 1)

Appendix F2 - Technical Questionnaire (if submitting a tender for Lot 2)

Appendix G - GDPR Vendor Data Processor Assurance Assessment

Appendix H - Conflict of Interest

Single Procurement Document

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 Project code is 23592. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:724245)

six.4) Procedures for review

six.4.1) Review body

Inverness Sheriff and Justice of the Peace Court

Inverness

IV2 3EG

Country

United Kingdom