Section one: Contracting authority
one.1) Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
Contact
Mark Eardley
Telephone
+44 1316502508
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
http://www.ed.ac.uk/schools-departments/procurement/supplying
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
IQVision Upgrade
Reference number
EC0970
two.1.2) Main CPV code
- 71314000 - Energy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Tenders are invited for the provision of an upgrade to IQVision from the existing Trend 963 system.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38551000 - Energy meters
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Estates Department Main Office
9 - 11 Infirmary Street
Edinburgh
EH1 1NP
two.2.4) Description of the procurement
The works comprises the migration of the Trend 963 Supervisor sites to IQVISION at the University of Edinburgh, Estates Department. It is anticipated that works will be performed offsite, however the University can provide secure remote access via BOMGAR to the University’s server. Final commissioning and demonstration will be required at the University.
Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the SPD in PCS-T. Bidders should note that these are mandatory pass/fail requirements and that failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process.
Each Bidder passing the Minimum Standards will then respond to SPD pass/fail questions (4C.1.2; 4C.1.2.1; 4C.1.2.2). Suppliers that pass the SPD questions will then be subject to a technical and commercial evaluation.
Bidders will be required to confirm they can meet the requirements and specification detailed within the Statement of Requirements within the Invitation to Tender, Bidders will be required to provide a full product specification. Failure to confirm and demonstrate this in their responses to the technical questions will result in the Bidder being automatically excluded.
The University of Edinburgh reserves the right to apply their own judgement based on experience from similar contracts to determine if the response is feasible. If Bidders knowingly cannot fulfil this, they should discontinue this application.
A 50% technical threshold will apply - bids will be required to achieve a minimum total overall technical score of 25% or more out of the maximum of 50%. A Bidder who fails to achieve the technical threshold will be excluded from the commercial tender evaluation and shall take no further part in the tender evaluation process.
Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks and others a percentage of that mark according to the difference between their bid and the lowest offer. Where we consider any of the total price(s) you have submitted to be abnormally low we will ask you to explain the price(s) you have submitted (as required in regulation 69 of the Public Contracts Regulations 2015).
The quality and commercial score will be combined to give each Bidder, who has passed the technical threshold, an overall total score. The supplier with the highest total score will be deemed to have provided the most economical advantageous tender (MEAT).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
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 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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 022-190895
Section five. Award of contract
Contract No
EC0970
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.3) Additional information
NOTE: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social,
environmental and labour obligations under national, EU, and international law (as indicated in ESPD section 3D). Without prejudice to
any relevant obligations, suppliers should note that this includes obligations for certain organisations under:
-the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted),
-the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at
http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN)
- the Equality Act 2010, in regards to the protected characteristics of age, disability, gender reassignment, marriage and civil partnership,
pregnancy and maternity, race, religion or belief, sex and sexual orientation (available at
https://www.legislation.gov.uk/ukpga/2010/15/contents)
-the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is
grounds for mandatory exclusion or termination at any procurement or contract stage
At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their
compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21530. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:705097)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers St
Edinburgh
EH1 1LB
Country
United Kingdom