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

EC1022 Theatrical Rigging & Electrical Systems Inspection & Testing Contract

  • First published: 04 April 2024
  • Last modified: 04 April 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-044f50
Published by:
The University of Edinburgh
Authority ID:
AA79979
Publication date:
04 April 2024
Deadline date:
08 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment Repair and maintenance services of machinery

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:
laura.schouten@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.