Section one: Contracting authority
one.1) Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
Contact
James Clarke
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Electrical Works and Associated Services Framework Agreement
Reference number
EC1039
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The University of Edinburgh will shortly be going out to tender via an Open Procedure to appoint suppliers to a Framework Agreement (incorporating a Measured Term Contract) for the provision of Electrical Works and Associated Services to service the University of Edinburgh's Estate of approximately 550 varied buildings in Edinburgh and Midlothian, including all buildings and other property owned, occupied or otherwise used by the University of Edinburgh.
The Framework is 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 Framework at any time during the life of the agreement.
The framework agreement will operate under the SBCC Framework Agreement for use in Scotland (FA/Scot) 2014 Edition and all call-offs/contracts awarded under the framework will operate under the SBCC Measured Term Contract for use in Scotland (MTC/Scot) 2019 Edition, or, the NEC 4 Contract (where applicable).
The next generation Agreement will cover the provision of reactive electrical services maintenance and repairs, planned small works and associated builder’s work in connection with electrical work only.
As required under CDM 2015, the Provider(s) is responsible for the co-ordination, supervision and administration of the Works, including all sub contracts. The Provider shall arrange and monitor a programme with each sub-contractor, supplier, local authority and statutory undertaker, and obtain and supply information as necessary for the co-ordination of the work.
For the purposes of this Framework Agreement the University of Edinburgh estate will be divided into two areas or Lots outlined below.
Lot 1 – Science & Engineering (Kings Buildings) and Medical & Veterinary Sciences
Lot 2 – Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services.
Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier’s Lot preference.
The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier’s preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking.
The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1).
The estimated total contract value is based on forecast spend across both Lots over a 4 year period.
two.1.5) Estimated total value
Value excluding VAT: £21,336,497.70
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Science & Engineering (KB) and Medical & Veterinary Sciences
Lot No
1
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
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
The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Electrical Works and Associated Services.
It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows.
The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and 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 be subject to a technical and commercial evaluation.
The Technical section is allocated a total weighting of 70%. 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. For example, if a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. A 60% technical minimum threshold will apply - bidders will be required to achieve a minimum score of 42% or more of the overall technical score of 70% in order to progress to the commercial stage of evaluation.
The Commercial (Price) section is allocated a total weighting of 30%. The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid.
The technical and commercial score will be combined to give each bidder, who has passed the technical threshold, an overall total score.
Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier’s Lot preference.
The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier’s preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £8,534,599.08
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 be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1).
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.2.14) Additional information
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.
two.2) Description
two.2.1) Title
Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services.
Lot No
2
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
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
The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Electrical Works and Associated Services.
It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows.
The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and 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 be subject to a technical and commercial evaluation.
The Technical section is allocated a total weighting of 70%. 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. For example, if a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. A 60% technical minimum threshold will apply - bidders will be required to achieve a minimum score of 42% or more of the overall technical score of 70% in order to progress to the commercial stage of evaluation.
The Commercial (Price) section is allocated a total weighting of 30%. The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid.
The technical and commercial score will be combined to give each bidder, who has passed the technical threshold, an overall total score.
Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier’s Lot preference.
The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier’s preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £12,801,898.64
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 be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1).
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.2.14) Additional information
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 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
SPD 4A.2 Statement
Bidders must confirm if they hold the particular authorisation or memberships.
Please note Bidders must have these accreditations or memberships at time of tender and “working towards” any of these requirements are not acceptable.
- Membership of Select, NICEIC or equivalent;
- Membership of CHAS/SSIP or equivalent;
- Membership of CSCS or equivalent;
- Holders of SJIB grading cards or equivalent; and
- Krone (Commscope) approved for data installations, terminations, testing in compliance with BS 6701 BS EN 50173 Generic Cabling Systems and BS EN 50174 Cabling Installation (or approved sub-Contractor).
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
SPD Statement 4B.1.1
Lot 1 - Bidders will be required to have a minimum “general” yearly turnover of 2,000,000 GBP for the last 3 years (excluding VAT).
Lot 2 - Bidders will be required to have a minimum “general” yearly turnover of 3,000,000 GBP for the last 3 years (excluding VAT).
Lot 1 and 2 (Both Lots) - if bidding for both Lots, Bidders will be required to have a minimum “general” yearly turnover of 5,000,000 GBP for the last 3 years (excluding VAT).
SPD Statement 4B.5.1 and 4B.5.2
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 million GBP
Public / Product Liability Insurance = 5 million GBP
Professional Indemnity Insurance = 2 million GBP
SPD 4B.6 Statement 1:
Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract.
SPD 4B.6 Statement 2:
Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations.
Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios:
- Current Ratio
- Quick Ratio
- Debtors Turnover Ratio
- Return on Assets
- Working Capital
- Debt to Equity Ratio
- Gross Profit Ratio
A review of your ratios and audited accounts may be undertaken. In some cases, this review may lead to an additional request for further financial information to help clarify any potential issues raised.
This information may be used to assess financial sustainability.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
SPD 4C.1.2 Question
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 for Lot 1 and Lot 2 Electrical Works and Associated Services, as described in part II.2.4 of the PCS Contract Notice or the relevant section of the Site Notice.
Example 1: Value should be between 20,000 GBP to 50,000 GBP
Example 2: Value Should be between 50,000 GBP to 150,000 GBP
Example 3: Value should be between 150,000 GBP to 250,000 GBP
Bidder’s examples should include but are not limited to the following details in their service provision examples:
- Detailed description of the service (including detail of whether the service was planned or reactive).
- Value of the contract/service.
- Contract period.
- Complexity of estate managed.
- Details of multi/complex stakeholder engagement.
- Location, including name and address of the client contact to provide a reference to the University.
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.
SPD 4D.1 Statement 1: Quality Management
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
If the bidder does not hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), The bidder must have the following:
Equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent.
SPD 4D.1 Statement 2: Health & Safety
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
If the bidder does not hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then the bidder must have the following:
Equivalent, regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent.
Note - Organisations with fewer than five employees are not required by law to have a documented policy statement.
SPD 4D.2 Statement: Environmental Management
The Bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following:
Equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent.
SPD Statement 4C.4 and 4C.10 also apply.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the ITT documentation for full details.
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 several operators
Envisaged maximum number of participants to the framework agreement: 8
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 000-032912
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 July 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 July 2025
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: 12 months prior to framework expiry date.
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 29386. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits will apply. Further information will be detailed within our ITT documentation.
(SC Ref:798999)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court & Justice of the Peace Court
Edinburgh Sheriff Court, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom