Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of the Highlands and Islands
12b Ness Walk
Inverness
IV3 5SQ
UK
Telephone: +44 1463279000
E-mail: ayoung@apuc-scot.ac.uk
Fax: +44 1463279001
NUTS: UKM6
Internet address(es)
Main address: http://www.uhi.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101
I.1) Name and addresses
Inverness College UHI (Also known as UHI Inverness)
1 Inverness Campus
Inverness
IV2 5NA
UK
Telephone: +44 1463273000
E-mail: info@inverness.uhi.ac.uk
NUTS: UKM6
Internet address(es)
Main address: http://www.inverness.uhi.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00454
I.1) Name and addresses
North Highland College (Known as UHI North Highland)
Ormlie Road
Thurso
KW14 7EE
UK
Telephone: +44 1847889000
E-mail: info@northhighland.ac.uk
Fax: +44 1847889001
NUTS: UKM6
Internet address(es)
Main address: http://www.northhighland.ac.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00471
I.1) Name and addresses
Lews Castle College
Castle Grounds, Stornoway
Isle of Lewis
HS2 0XR
UK
Telephone: +44 1851770000
E-mail: enquiries@lews.uhi.ac.uk
Fax: +44 1851770001
NUTS: UKM64
Internet address(es)
Main address: http://www.lews.uhi.ac.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00459
I.1) Name and addresses
West Highland College UHI
Carmichael Way
Fort William
PH33 6FF
UK
Telephone: +44 1397874000
E-mail: info@whc.uhi.ac.uk
NUTS: UKM63
Internet address(es)
Main address: www.whc.uhi.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16402
I.1) Name and addresses
Sabhal Mòr Ostaig
Sabhal Mor Ostaig, Teangue
Isle of Skye
IV44 8RQ
UK
Telephone: +44 1471888000
E-mail: ksmith@apuc-scot.ac.uk
Fax: +44 1471888001
NUTS: UKM6
Internet address(es)
Main address: http://www.smo.uhi.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00467
I.2) Joint procurement
The contract involves joint procurement
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
Framework Agreement for the Provision of Electrical Testing to the named Academic Partners of the University of the Highlands and Islands
Reference number: CS-UHI-25713
II.1.2) Main CPV code
71314100
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is seeking to set up a Framework Agreement for the Provision of Electrical Testing to the named Academic Partners of the University of the Highlands and Islands.
The Framework Agreement is split into two (2) Lots. Lot 1 is for PAT Testing and Lot 2 is for Fixed Wire Testing. For the purpose of clarification, the below partners have access to this Framework Agreement. It should be noted that partners have the option to purchase requirements outside of this Framework Agreement and are not obligated to use the Framework Agreement.
- UHI Inverness
- UHI North Highland
- UHI Outer Hebrides
- UHI West Highland
- Sabhal Mòr Ostaig
It should be noted that UHI North Highland, UHI Outer Hebrides and UHI West Highland are expected to merge into one institution in the summer of 2023. In the event this merger takes place, the newly formed institution will have access to this Framework Agreement.
Each named Academic Partner may join the Framework Agreement at any time during the Framework Agreement, for some this will be when their existing supply Agreements expire; this means that from the beginning of the Framework Agreement, participation may be phased in.
Please note that this procurement exercise is split into two (2) Lots:
Lot 1 – PAT Testing
Lot 2 – Fixed Wire Testing
The Authority intends to appoint a maximum of one (1) Contractor to each Lot.
Tenderers can tender for one and/or multiple Lots. Tenderers should indicate which Lot(s) they are tendering for in the Single Procurement Document (SPD). Tender responses will be evaluated on a Lot by Lot basis.
The Tenderer can tender for one or multiple lots as long as they have the capacity and capability to meet the specification of requirements.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
PAT Testing
II.2.2) Additional CPV code(s)
71314100
II.2.3) Place of performance
NUTS code:
UKM6
II.2.4) Description of the procurement
Lot 1 is specific to PAT Testing.
Additional detail regarding this requirement is contained within the Invitation to Tender document and associated Appendices.
II.2.5) Award criteria
Criteria below:
Quality criterion: Methodology
/ Weighting: 15%
Quality criterion: Technicians/Key Personnel
/ Weighting: 20%
Quality criterion: Risk Assessment Process
/ Weighting: 10%
Quality criterion: Repair Process
/ Weighting: 10%
Quality criterion: Environmental Management
/ Weighting: 5%
Quality criterion: Fair Work Practices
/ Weighting: 5%
Price
/ Weighting:
35%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will commence for an initial term of twenty-four (24) months.
The Authority reserves the right to extend the Framework Agreement for two (2) x twelve (12) month periods, subject to satisfactory performance and continued requirement of the Authority.
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
Lot No: 2
II.2.1) Title
Fixed Wire Testing
II.2.2) Additional CPV code(s)
71314100
II.2.3) Place of performance
NUTS code:
UKM6
II.2.4) Description of the procurement
Lot 2 is for Fixed Wire Testing.
Additional detail regarding this requirement is contained within the Invitation to Tender document and associated Appendices.
II.2.5) Award criteria
Criteria below:
Quality criterion: Methodology
/ Weighting: 15%
Quality criterion: Technicians/Key Personnel
/ Weighting: 20%
Quality criterion: Risk Assessment Process
/ Weighting: 10%
Quality criterion: Repair Process
/ Weighting: 10%
Quality criterion: Environmental Management
/ Weighting: 5%
Quality criterion: Fair Work Practices
/ Weighting: 5%
Price
/ Weighting:
35%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will commence for an initial term of twenty-four (24) months.
The Authority reserves the right to extend the Framework Agreement for two (2) x twelve (12) month periods, subject to satisfactory performance and continued requirement of the Authority.
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:
National Inspection Council for Electrical Installation Contracting (NICEIC) and/or a Trade Association equivalent.
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
Insurance
Bidders must confirm they can provide the following supporting evidence prior to award:
- Employer's (Compulsory) Liability Insurance = 5 000 000 GBP or as required by statute
- Product Liability Insurance = 5 000 000 GBP
- Public Liability Insurance = 5 000 000 GBP
Accounts
The following evidence will be requested with tender submissions in order to conduct analysis of organisation’s financial standing:
Contractors are required to submit 2 years audited accounts including profit and loss statements, or equivalent before the tender submission deadline.
Alternatively, if you are unable to provide the required accounting information – e.g., a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Framework Agreement.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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 a single operator.
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:
04/04/2023
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
04/04/2023
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:
March 2025 OR March 2026 OR March 2027
Please note that the timing for a future contract notice with regard to this requirement cannot be determined at this point in time.
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
The below documentation requires to be submitted as part of the tender submission:
Appendix A - Form of Tender
Appendix B - Freedom of Information
Appendix D - Supply Chain Code of Conduct
Appendix E1 - Commercial Questionnaire (if submitting a tender for Lot 1)
Appendix E2 - Commercial Questionnaire (if submitting a tender for Lot 2)
Appendix F1 - Technical Questionnaire (if submitting a tender for Lot 1)
Appendix F2 - Technical Questionnaire (if submitting a tender for Lot 2)
Appendix G - GDPR Vendor Data Processor Assurance Assessment
Appendix H - Conflict of Interest
Single Procurement Document
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23592. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:724245)
VI.4) Procedures for review
VI.4.1) Review body
Inverness Sheriff and Justice of the Peace Court
Inverness
IV2 3EG
UK
VI.5) Date of dispatch of this notice
02/03/2023