Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services

  • First published: 24 January 2024
  • Last modified: 24 January 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03ed45
Published by:
University Of Edinburgh
Authority ID:
AA21242
Publication date:
24 January 2024
Deadline date:
27 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 80 percent Quality and 20 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 48 or more out of 80 to progress to award.

This is a ranked framework agreement with the highest ranked supplier appointed to provide the comprehensive service in full. A second and third ranked supplier will make up a reserve list of two suppliers. Should the successfully appointed first ranked supplier subsequently become unable to perform their services in accordance with the expectations of the Framework, the University has the right to appoint the supplier, ranked 2nd during the original ITT evaluation to replace the supplier unable to perform services under this Framework Agreement. Should the 2nd ranked supplier be unable to provide the services under this Framework for any reason, the University will approach the 3rd ranked supplier.

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.

The Services to be carried out under the Framework Agreement are described in the SFG 20 schedules. See Section II.1.4 of this contract notice and Schedule 3 of the ITT for full details of scope of supplies and services required.

ITT Award l Section (80 percent Quality and 20 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 be required to complete a Pricing 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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University Of Edinburgh

Charles Stewart House, 9-16 Chambers Street

Edinburgh

EH1 1HT

UK

E-mail: maria.dick@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.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


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/esop/pts-host/public/pts/web/login.html


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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


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

Emergency Standby Diesel Generators - Service, Inspect, Test and Maintenance Services

Reference number: EC1002

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Framework agreement for a Comprehensive Emergency Standby Diesel Generator Maintenance Service which will service, inspect, test and maintain in a good and safe working order the emergency standby generator plant and associated equipment on the various systems throughout the University of Edinburgh estate.

There are approximately 50 standby diesel generators that support essential services across all University sites. The contract shall include emergency call out cover with a maximum 4-hour response time. The contract will require an engineer to attend at black starts per building per annum. Although the majority of work will be within 08.00 – 17.00 hours, the contractor must also attend to out of hours and weekend work when required. The service will include responsibility for updating an existing equipment schedule covering all emergency standby generator plant and associated equipment, including age and assessment of condition of equipment.

The framework agreement is being 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 Contract at any time during the relevant Contract period.

The Contractor shall undertake service, testing and maintenance tasks in line with the requirements of the SFG 20 schedules listed below and the manufacturer’s recommendations. As part of the major service a full load bank test shall be conducted.

43 – 01 Introductory Procedures – Power Generators

43 – 02 Power Generation: Standby Generators

43 - 03 Lead Acid Batteries – Unsealed

43 – 04 Battery Charging Equipment

56 – 05 Storage Tanks – Oil or 56 – 06 Underground Oil Storage Tanks, whichever is applicable.

40 – 10 Oil Pipework

Items to be included but not limited to for Services:

Record: kVA, Voltage, Amps, Phase(s), Frequency

Record Run Hours

Engine oil level

Fuel system. Exhaust system

Drive belts/bearings - visual inspection

Turbo oil feeds/drains

Coupling

Alternator bearings

Security of guards

General tighten of all nuts etc

Air through canopy/room

Radiator

Water hoses & clips

Water level/anti-freeze protection level

Battery electrolyte levels & S.G of cells

Battery charger/voltage

Generator output breaker

Control panel wiring & components

Indicator lamps/lamp test

Low oil pressure shutdown protection

Over speed protection

High engine temp protection

Other protection

Alternator connections

Running check for fuel/oil/water/exhaust leaks

Instruments/meters

Governor response

Engine heaters

General room conditions/tidy/warm

Battery type & Quantity

Change oil filter elements. Change engine Oil. Change fuel filters. Change air filters

Oil sample taken

Fuel Delivery system; check fuel level indicators/gauges, safety alarm systems and overfill prevention systems. Calibrate as necessary.

During the Contract Term, the Contractor shall provide a Reactive Works call-out service to the University. Reactive Works refers to repairs that are done when equipment has already broken down, in order to restore the equipment to its normal operating condition. The Contractor shall respond to Emergency call outs within a period of 4 hours. All parts and components shall be sourced from the plant or equipment original manufacturer. As instructed by the University, the Contractor shall support the Estate’s Electrical Engineer in the undertaking of a ‘Black Start’ exercise, through the provision of attendance of engineer(s) to assist and monitor the exercise. The Contractor shall be able to supply temporary generators of various output capacities for delivery and connection on site within a period of 24 hours of notification. If instructed by the University to replace any equipment, the Contractor shall ensure and provide verification to the University that the replacement equipment meets the exact or better specification of the Equipment being removed. The purchase of replacement Equipment shall remain optional to the University throughout the Contract Term.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Edinburgh

II.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 80 percent Quality and 20 percent Cost. A Quality threshold will apply, bidders are required to achieve a score of 48 or more out of 80 to progress to award.

This is a ranked framework agreement with the highest ranked supplier appointed to provide the comprehensive service in full. A second and third ranked supplier will make up a reserve list of two suppliers. Should the successfully appointed first ranked supplier subsequently become unable to perform their services in accordance with the expectations of the Framework, the University has the right to appoint the supplier, ranked 2nd during the original ITT evaluation to replace the supplier unable to perform services under this Framework Agreement. Should the 2nd ranked supplier be unable to provide the services under this Framework for any reason, the University will approach the 3rd ranked supplier.

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.

The Services to be carried out under the Framework Agreement are described in the SFG 20 schedules. See Section II.1.4 of this contract notice and Schedule 3 of the ITT for full details of scope of supplies and services required.

ITT Award l Section (80 percent Quality and 20 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 be required to complete a Pricing 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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:

24 months in total

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

II.2.14) Additional information

he term of the Framework Agreement is 24 months with an option to extend a further 24 months in total.

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

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),

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.

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 the ISO accreditation noted above, Bidders must refer to the ITT for full description of details.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

SPD ref. 4B Economic and Financial Standing

Bidders will be required to have a minimum “general” yearly turnover of 220,000 GBP for the last 3 years (excluding VAT).

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 - 5 million GBP

Public/ Product Liability Insurance - 5 million GBP

Professional Indemnity Insurance - 2 million GBP

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.

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.

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

SPD ref. 4C1.2 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, as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.

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

- Description of any reactive / replacement installation service provided.

- 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.

III.2.2) Contract performance conditions

Please refer to the ITT tender documents for full details

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 3

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-022793

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 27/02/2024

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: 27/02/2024

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:

12 months prior to framework expiry date

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

2A.17 If the bidder is participating in the procurement procedure together with others as part of a group, consortium, joint venture or

similar arrangement, the bidder must answer "yes" and complete the supplier response form attached to section 2A.17.4

2C.1 If the bidder is to rely on the capacities of other suppliers in order to meet the selection criteria set out under Part 4 and the criteria and

rules set out under Part 5 the bidders should answer ‘yes’ and the suppliers must complete the first three sections of the SPD supplier

response form to section 2C.1.1. Any selection criteria response from SPD section 4 that they fulfil on behalf of the main bidder should be

clearly labelled with the suppliers name and submitted as part of the main submission.

2D.1 If the bidder expects to subcontract to parties which they will not rely on to meet the selection criteria, they should answer ‘yes’ and,

as far as known, list these entities. You will not need to submit the supplier response form on their behalf at this stage, but must submit it

with the first three sections completed at any stage upon request.

Modern Slavery, Blacklisting Equalities Act-Bidders and subcontractors engaged in the delivery of this contract may be excluded if they

have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in SPD section

3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations for certain organisations under:

-the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted),

-the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at

http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN)

-the Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents)

-the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is

grounds for mandatory exclusion or termination at any procurement or contract stage.

At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their

compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by

section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25990. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Please provide a method statement describing how you expect to provide additional social value within our local communities through this framework. This method statement must follow the structure set out in the tender documents section 2.3 of the Community Benefits and Partnership Working Plan. Please detail how these will be measured and reported to the University, including the frequency of these reports.

Agreed social value proposals made by the successful bidder at award stage are embedded into the project success measures.

The contractor will be required to provide a dedicated Community Benefits Officer to work with the UoE, project sponsors and key local

stakeholders to create an effective Community Benefits Action Plan (CBAP) and manage social value in project delivery.

(SC Ref:756027)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court

Edinburgh

UK

VI.5) Date of dispatch of this notice

23/01/2024

Coding

Commodity categories

ID Title Parent category
50000000 Repair and maintenance services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
maria.dick@ed.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.