Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 14th Nov 2023
Reference | ocds-h6vhtk-041980 |
Common Procurement Vocabulary | Repair and maintenance services of electrical and mechanical building installations |
Procurement Method | Open procedure |
Value | £152,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 14th Nov 2023
Reference | ocds-h6vhtk-041980 |
Common Procurement Vocabulary | Repair and maintenance services of electrical and mechanical building installations |
Procurement Method | Open procedure |
Value | £152,000 |
Section I: Contracting authority
I.1) Name and addresses
The University of Edinburgh
Charles Stewart House
Edinburgh
EH1 1HT
laura.schouten [at] ed.ac.uk
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
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
EC1008 Theatrical Rigging Systems LOLER Inspection & Testing Contract
Reference number
EC1008
II.1.2) Main CPV code
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
II.1.3) Type of contract
Services
II.1.4) Short description
The University wishes to appoint a Contractor for a Theatrical Rigging Systems LOLER Inspection & Testing Contract, including annual inspection, testing and certification as well as reactive service requirements. Please refer to the ITT tender documents for full details of the scope.
II.1.5) Estimated total value
Value excluding VAT: £152,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50800000 - Miscellaneous repair and maintenance services
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
II.2.4) Description of the procurement
The University wishes to appoint a Contractor for a Theatrical Rigging Systems LOLER Inspection & Testing Contract, including annual inspection, testing and certification as well as reactive service requirements. Please refer to the ITT tender documents for full details of the scope.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Two years with the option to extend for up to two additional years (2+1+1)
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 Part IV: Selection Criteria - A: Suitability - Question 4A.2:
Bidders must confirm and provide evidence that they are members of the Lifting Equipment Engineers Association (LEEA).
III.1.2) Economic and financial standing
List and brief description of selection criteria
Part IV: Selection criteria - B: Economic and financial standing – Question 4B1.1 (turnover requirement), 4B5.1 and 4B5.2 (insurance requirements), and 4B6 (other requirements).
Minimum level(s) of standards possibly required
Question 4B1.1
Tenderers are required to have a minimum “general” annual turnover of GBP 86,000 for the last three financial years. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading in question 4B3.
Question 4B5.1 and 4B5.2
Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
- Employer’s Liability = GBP 10,000,000 per occurrence
- Public Liability = GBP 5,000,000 per occurrence
- Products Liability = GBP 5,000,000 in the aggregate
- Professional Indemnity = GBP 5,000,000 in the aggregate
Question 4B6
SPD 4B.6 Statement 1 (PCG):
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 (Financial Strength):
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.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C1.2 and 4C10
Minimum level(s) of standards possibly required
Question 4C1.2
Bidders will be required to provide three examples of services carried out during the past three years that demonstrate that you have experience to deliver the services (Theatrical Rigging Systems LOLER Inspection & Testing) described in the Contract Notice. Please refer to the ITT tender documents for full details.
Question 4C10
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please refer to the ITT tender documents for full details.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
15 December 2023
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
15 December 2023
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Autumn 2027
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
SPD Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management Standards– Question 4D1 and 4D2
4D1 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 this, then the bidder must have equivalent, regulated reviewed documented policy and processes. Please refer to the ITT tender documents for full details.
4D1 Statement 2 Health and 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 this, then the bidder must have equivalent, regulated reviewed documented policy and processes. Please refer to the ITT tender documents for full details.
4D2 Statement Environmental Management System:
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 this, then the bidder must have equivalent, regulated reviewed documented policy and processes. Please refer to the ITT tender documents for full details.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25518 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:748998)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom