Section one: Contracting authority
one.1) Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
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.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