Contract

Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services

  • University Of Edinburgh

F03: Contract award notice

Notice identifier: 2024/S 000-020511

Procurement identifier (OCID): ocds-h6vhtk-03ed45

Published 4 July 2024, 7:02pm



Section one: Contracting authority

one.1) Name and addresses

University Of Edinburgh

Charles Stewart House, 9-16 Chambers Street

Edinburgh

EH1 1HT

Email

maria.dick@ed.ac.uk

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

https://www.ed.ac.uk

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

Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services

Reference number

EC1002

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Framework agreement for a Comprehensive Emergency Standby Diesel Generator Maintenance Service which will service, inspect, test and maintain in a good and safe working order the emergency standby generator plant and associated equipment on the various systems throughout the University of Edinburgh estate.

There are approximately 50 standby diesel generators that support essential services across all University sites. The contract shall include emergency call out cover with a maximum 4-hour response time. The contract will require an engineer to attend at black starts per building per annum. Although the majority of work will be within 08.00 – 17.00 hours, the contractor must also attend to out of hours and weekend work when required. The service will include responsibility for updating an existing equipment schedule covering all emergency standby generator plant and associated equipment, including age and assessment of condition of equipment.

The framework agreement is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh’s Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period.

The Contractor shall undertake service, testing and maintenance tasks in line with the requirements of the SFG 20 schedules listed below and the manufacturer’s recommendations. As part of the major service a full load bank test shall be conducted.

43 – 01 Introductory Procedures – Power Generators

43 – 02 Power Generation: Standby Generators

43 - 03 Lead Acid Batteries – Unsealed

43 – 04 Battery Charging Equipment

56 – 05 Storage Tanks – Oil or 56 – 06 Underground Oil Storage Tanks, whichever is applicable.

40 – 10 Oil Pipework

Items to be included but not limited to for Services:

Record: kVA, Voltage, Amps, Phase(s), Frequency

Record Run Hours

Engine oil level

Fuel system. Exhaust system

Drive belts/bearings - visual inspection

Turbo oil feeds/drains

Coupling

Alternator bearings

Security of guards

General tighten of all nuts etc

Air through canopy/room

Radiator

Water hoses & clips

Water level/anti-freeze protection level

Battery electrolyte levels & S.G of cells

Battery charger/voltage

Generator output breaker

Control panel wiring & components

Indicator lamps/lamp test

Low oil pressure shutdown protection

Over speed protection

High engine temp protection

Other protection

Alternator connections

Running check for fuel/oil/water/exhaust leaks

Instruments/meters

Governor response

Engine heaters

General room conditions/tidy/warm

Battery type & Quantity

Change oil filter elements. Change engine Oil. Change fuel filters. Change air filters

Oil sample taken

Fuel Delivery system; check fuel level indicators/gauges, safety alarm systems and overfill prevention systems. Calibrate as necessary.

During the Contract Term, the Contractor shall provide a Reactive Works call-out service to the University. Reactive Works refers to repairs that are done when equipment has already broken down, in order to restore the equipment to its normal operating condition. The Contractor shall respond to Emergency call outs within a period of 4 hours. All parts and components shall be sourced from the plant or equipment original manufacturer. As instructed by the University, the Contractor shall support the Estate’s Electrical Engineer in the undertaking of a ‘Black Start’ exercise, through the provision of attendance of engineer(s) to assist and monitor the exercise. The Contractor shall be able to supply temporary generators of various output capacities for delivery and connection on site within a period of 24 hours of notification. If instructed by the University to replace any equipment, the Contractor shall ensure and provide verification to the University that the replacement equipment meets the exact or better specification of the Equipment being removed. The purchase of replacement Equipment shall remain optional to the University throughout the Contract Term.

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: £438,503

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

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 will be conducted through the use of the Open Procedure. The Invitation to tender (ITT) will evaluate both the quality and cost elements and is weighted 80 percent Quality and 20 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 48 or more out of 80 to progress to award.

This is a ranked framework agreement with the highest ranked supplier appointed to provide the comprehensive service in full. A second and third ranked supplier will make up a reserve list of two suppliers. Should the successfully appointed first ranked supplier subsequently become unable to perform their services in accordance with the expectations of the Framework, the University has the right to appoint the supplier, ranked 2nd during the original ITT evaluation to replace the supplier unable to perform services under this Framework Agreement. Should the 2nd ranked supplier be unable to provide the services under this Framework for any reason, the University will approach the 3rd ranked supplier.

Bidders will be required to complete the following sections within PCS-T:

ITT Qualification Section (Pass/Fail):

Bidders will be required to complete the Single Procurement Document (Scotland) requesting general information concerning the bidder, exclusion criteria and selection criteria (including suitability, economic and financial standing, technical and professional ability, quality assurance schemes etc.).

Bidders will be required to provide three examples of works and associated services that demonstrate the range of project types and contracts undertaken by your Practice and carried out during the past five years that demonstrate that they have the relevant experience in delivering services of a comparative nature and of a similar scale and complexity.

The Services to be carried out under the Framework Agreement are described in the SFG 20 schedules. See Section II.1.4 of this contract notice and Schedule 3 of the ITT for full details of scope of supplies and services required.

ITT Award l Section (80 percent Quality and 20 percent Cost)

Bidders must confirm compliance with mandatory service requirements.

Quality - Bidders will be required to answer weighted award criteria questions such as on Service Delivery, Approach to working with the University and Problem Solving, Quality Workmanship, Contract Management, The Team, Health & Safety and Fair Work and Sustainability practices. Technical Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions.

Objective Scoring Criteria:

0 Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

Cost – The bidder will be required to complete a Pricing Schedule. The bidder who submits the lowest cost will be awarded the maximum score and others awarded a score pro rata, in relation to the lowest bid.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

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

he term of the Framework Agreement is 24 months with an option to extend a further 24 months in total.

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


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

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: 2024/S 000-002330


Section five. Award of contract

Contract No

EC1002

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 June 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Dieselec Thistle Generators

Cadder House, 160 Clober road

Milngavie

G62 7LW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

WB Power Services

Heanor Gate Road , Heanor Gate Ind Estate

Heanor

DE75 7RJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £438,502

Total value of the contract/lot: £438,502


Section six. Complementary information

six.3) Additional information

The award is made to Dieselec Thistle Generators Limited as the first ranked supplier and WB Power Services Limited as the second ranked reserve supplier.

The framework value is based on actual PPM costs plus an estimated cost for Remedial services over a four year term.

(SC Ref:771633)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Edinburgh

Country

United Kingdom