Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The University of Edinburgh
  Charles Stewart House
  Edinburgh
  EH1 1HT
  UK
  
            E-mail: laura.schouten@ed.ac.uk
  
            NUTS: UKM75
  Internet address(es)
  
              Main address: https://www.ed.ac.uk
  
              Address of the buyer profile: 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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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
EC1022 Theatrical Rigging & Electrical Systems Inspection & Testing Contract
            Reference number: EC1022
  II.1.2) Main CPV code
  50710000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The University wishes to appoint a Contractor for a Theatrical Rigging & Electrical Systems 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: 
			265 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    50532000
    50800000
    50710000
    II.2.3) Place of performance
    NUTS code:
    UKM75
    II.2.4) Description of the procurement
    The University wishes to appoint a Contractor for a Theatrical Rigging & Electrical Systems 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
    Criteria below:
    
                    Quality criterion: 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.2.9) Information about the limits on the number of candidates to be invited
    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) or equivalent and National Inspection Council for Electrical Installation Contracting (NICEIC) or equivalent.
  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 required:
  Question 4B1.1
  Tenderers are required to have a minimum “general” annual turnover of GBP 132,500 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 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 & Electrical Systems 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 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:
              08/05/2024
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  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:
              08/05/2024
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
Spring 2028
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.
Please be advised that the University of Edinburgh intends to host an online session to talk through the procurement procedure and a site visit w/c 15 April 2024. Further information will be broadcasted via PCS-T.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26387. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:760308)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Edinburgh Sheriff Court
    Sheriff Court House, 27 Chambers Street
    Edinburgh
    EH1 1LB
    UK
   
 
VI.5) Date of dispatch of this notice
03/04/2024