Section one: Contracting authority
one.1) Name and addresses
University of the West of Scotland
High Street
Paisley
PA1 2BE
Telephone
+44 1418483110
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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