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

Framework Agreement for the Provision of Electrical Testing to the named Academic Partners of the University of the Highlands and Islands

  • First published: 03 March 2023
  • Last modified: 03 March 2023
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03ad6d
Published by:
University of the Highlands and Islands
Authority ID:
AA30462
Publication date:
03 March 2023
Deadline date:
04 April 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 is specific to PAT Testing.

Additional detail regarding this requirement is contained within the Invitation to Tender document and associated Appendices.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71314100 Electrical services Energy and related 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:
ayoung@apuc-scot.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.