Tender

Planned Maintenance and Reactive service for the Uninterrupted Power Supply

  • University of the West of Scotland

F02: Contract notice

Notice identifier: 2025/S 000-024231

Procurement identifier (OCID): ocds-h6vhtk-05088d

Published 21 May 2025, 4:11pm



Section one: Contracting authority

one.1) Name and addresses

University of the West of Scotland

High Street

Paisley

PA1 2BE

Email

jen.robertson@uws.ac.uk

Telephone

+44 1418483110

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.uws.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00473

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Planned Maintenance and Reactive service for the Uninterrupted Power Supply

Reference number

UWS-2025-154

two.1.2) Main CPV code

  • 50312600 - Maintenance and repair of information technology equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The University has a requirement to contract for planned servicing of the uninterrupted power supply to the University.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50312600 - Maintenance and repair of information technology equipment

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

University of the West of Scotland

two.2.4) Description of the procurement

The University has a requirement to contract for planned servicing of the uninterrupted power supply to the University. Two services per annum shall be required each year with a full-service report to be submitted following each visit

The contract shall also include for reactive repair works for faults and an emergency out of hours service

To comply with equipment warranty, the successful contractor must be fully factory trained and certified by AEC and have access to AEC spare parts.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

12 month optional extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The University reserves the right to add options for additional purchases in line with Regulation 72 of the The Public Contracts (Scotland) Regulations 2015

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

To comply with equipment warranty, the successful contractor must be fully factory trained and certified by AEC and have access to AEC spare parts.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Bidder should provide its (“general”) yearly turnover for the number of financial years specified

Minimum level(s) of standards possibly required

Number of financial years: 3 years

Minimum required turnover per year: (GBP) 400,000 per annum

three.1.3) Technical and professional ability

List and brief description of selection criteria

In order to ensure that newer or start-up companies have a chance to demonstrate any experience relevant to the current requirement, examples may be provided from:

● Within their organisation (bidders may rely on the experience of personnel that they intend to use to carry out the current requirement, even if that experience was gained whilst working for a different organisation)

● Other consortium members (where a consortium bid is being proposed)

● Named entities upon whose capacity and capability the bidder is relying in order to meet the selection criteria

Bidders should be aware that they may be asked to confirm at the Invitation to Tender stage that there has been no material change to the skills, experience and resources available to them since submitting their SPD response.

(Examples from both public and/or private sector customers and clients may be provided)

Please complete the attachment within the Qualification envelope

Minimum level(s) of standards possibly required

Please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice:

Minimum number of relevant examples: 3 examples


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: 2025/S 000-017376

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 June 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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 June 2025

Local time

12:00pm

Place

UWS

Information about authorised persons and opening procedure

Procurement


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 months from award, dependent on performance of the contract

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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29246. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:799193)

six.4) Procedures for review

six.4.1) Review body

Paisley Sheriff Court

Paisley

Country

United Kingdom