Contract

Mechanical Works and Associated Services

  • University Of Edinburgh

F03: Contract award notice

Notice identifier: 2024/S 000-030361

Procurement identifier (OCID): ocds-h6vhtk-03ef1f

Published 23 September 2024, 3:47pm



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

Mechanical Works and Associated Services

Reference number

EC1006

two.1.2) Main CPV code

  • 45351000 - Mechanical engineering installation works

two.1.3) Type of contract

Works

two.1.4) Short description

The University of Edinburgh wishes to appoint a Mechanical Services Framework Agreement (incorporating a Measured Term Contract) for the provision of reactive maintenance, planned works and associated services to all mechanical plant and equipment within the University of Edinburgh estate. The framework may also be utilised for Small Projects and Minor Works capital projects where appropriate.

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 include the University of Edinburgh's estate of approximately 550 buildings in Edinburgh and Midlothian and other property owned, occupied or otherwise used by the University of Edinburgh. Lists of University of Edinburgh properties are provided within this Invitation to Tender.

The framework agreement will operate under the JCT FA 2016 Framework Agreement 2016 and all call-offs awarded under the framework will come under the Measured Term Contract for use in Scotland MTC/Scot (2011 Edition).

The work to be carried out under the Framework Agreement is as described in the General Directions, Tasks and Specification information in the NSR Schedule of Rates for mechanical services are listed below:

S10 - Cold water

S11 - Hot water

S12 - Hot and cold water (small scale)

S13 - Pressurized water

S20 - Treated/Deionised/Distilled water

S32 - Natural gas

S41 - Fuel oil storage/distribution

S60 - Fire hose reels

S61 - Dry risers

S62 - Wet Risers

S65 - Fire hydrants

S71 - Foam fire fighting

T10 - Gas/oil fired boilers

T14 - Heat pumps

T15 - Solar collectors

T16 - Alternative fuel boilers

T30 - Medium temperature hot water heating

T31 - Low temperature hot water heating

T32 - Low temperature hot water heating (small scale)

T50 - Heat Recovery

U41 - Fan-coil air conditioning

U60 - Air Conditioning Units

U70 - Air curtains

Y10 - Pipelines

Y11 - Pipeline ancillaries

Y20 - Pumps

Y21 - Water tanks/cisterns

Y30 - Air ductlines

Y31 - Air ductline ancillaries

Y41 - Fans

Y45 - Silences/Acoustic Treatment

Y46 - Grills/diffusers/louvres

Y50 - Thermal insulation

Y53 - Control components - Mechanical

Builders Work (Excavation, Concrete, Markers and covers, Cable ducts and troughs, Metalwork, Painting, Cutting away and making good and Removing and refixing)

The activity is spread over five locations covering 800,000 square metres with student accommodation provided at the Pollock Halls of Residence and across a range of flats around city. Other locations include Central Edinburgh Area, Kings Buildings, Bush Estate, the Roslin Institute, the Western General Hospital, Edinburgh Royal Infirmary and Firbush Outdoor Education Centre.

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.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £25,280,520

two.2) Description

two.2.1) Title

Science and Engineering and Medical and Veterinary Sciences

Lot No

1

two.2.2) Additional CPV code(s)

  • 45351000 - Mechanical engineering installation works

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 70 percent Quality and 30 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 42 or more out of 70 to progress to award.

Bidders can bid for one or both Lots. The four highest scoring suppliers will be invited on to each Lot. For each Lot, suppliers will be ranked in order of highest Quality and Cost score achieved, with options to award contracts by direct award or mini competition. A bidder may only be ranked first in one of the Lots and consideration will be given to the bidder’s Lot preferences.

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 for Lot 1 and Lot 2 Mechanical Works and Associated Services. The works to be carried out under the Framework Agreement are described in the General Directions, Tasks and Specification information in the NSR Schedule of Rates for mechanical services. See Section II.1.4 of this contract notice and Schedule 3 of the ITT for full details of scope of works and services required.

ITT Award l Section (70 percent Quality and 30 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 confirm the daywork rates and percentages of uplift applied the NSR 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: 70

Price - Weighting: 30

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 and Professional Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 45351000 - Mechanical engineering installation works

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 70 percent Quality and 30 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 42 or more out of 70 to progress to award.

Bidders can bid for one or both Lots. The four highest scoring suppliers will be invited on to each Lot. For each Lot, suppliers will be ranked in order of highest Quality and Cost score achieved, with options to award contracts by direct award or mini competition. A bidder may only be ranked first in one of the Lots and consideration will be given to the bidder’s Lot preferences.

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 for Lot 1 and Lot 2 Mechanical Works and Associated Services. The works to be carried out under the Framework Agreement are described in the General Directions, Tasks and Specification information in the NSR Schedule of Rates for mechanical services. See Section II.1.4 of this contract notice and Schedule 3 of the ITT for full details of scope of works and services required.

ITT Award l Section (70 percent Quality and 30 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 confirm the daywork rates and percentages of uplift applied the NSR 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: 70

Price - Weighting: 30

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 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: 2023/S 000-037001


Section five. Award of contract

Lot No

1

Title

Science and Engineering and Medical and Veterinary Sciences

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 August 2024

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 6

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

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 7

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

five.2.3) Name and address of the contractor

OCS Group UK Ltd

4 Norton Park, Abbey Hill

Edinburgh

EH7 5RS

Country

United Kingdom

NUTS code
  • UKM75 - Edinburgh, City of
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Taylor and Fraser

117 Abercorn Street

Paisley

PA3 4DH

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Arc-Tech Scotland Ltd.

Unit 1, 11 Cambuslang Road, Cambuslang Investment Park

Glasgow

G32 8NB

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

John G Mackintosh

30 Dryden Road

Loanhead

EH20 9LZ

Country

United Kingdom

NUTS code
  • UKM75 - Edinburgh, City of
The contractor is an SME

Yes

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

Total value of the contract/lot: £12,640,260


Section five. Award of contract

Lot No

2

Title

Humanities, Arts and Social Sciences, Accommodation, Catering and Events and Professional Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 August 2024

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 7

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

Number of tenders received from tenderers from non-EU Member States: 8

Number of tenders received by electronic means: 8

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

five.2.3) Name and address of the contractor

John G Mackintosh

30 Dryden Road

Loanhead

EH20 9LZ

Country

United Kingdom

NUTS code
  • UKM75 - Edinburgh, City of
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Arc-Tech Scotland Ltd.

Unit 1, 11 Cambuslang Road, Cambuslang Investment Park

Glasgow

G32 8NB

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Taylor and Fraser

117 Abercorn Street

Paisley

PA3 4DH

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

OCS Group UK Ltd

4 Norton Park, Abbey Hill

Edinburgh

EH7 5RS

Country

United Kingdom

NUTS code
  • UKM75 - Edinburgh, City of
The contractor is an SME

Yes

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

Total value of the contract/lot: £12,640,260


Section six. Complementary information

six.3) Additional information

The estimated Framework value over four years is 25,280,520 GBP.

(SC Ref:778679)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sherrif Court

Edinburgh

Country

United Kingdom