Design Team for Energy Ventilation Projects
A Tender Notice
by UNIVERSITY OF EDINBURGH
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 4 year
- Value
- 478K
- Sector
- INDUSTRIAL
- Published
- 06 May 2026
- Delivery
- To 08 Jun 2030 (est.)
- Deadline
- 08 Jun 2026 12:00
Related Terms
Location
Edinburgh
2 buyers
- Edinburgh University Edinburgh
Description
The University of Edinburgh will very shortly be publishing an Invitation to Tender (ITT) to invite competitive tenders to establish contracting arrangements with a single supplier for a Lead Consultant to lead a multi-disciplinary design team for improvement initiatives to ventilation installations across the University's building estate. The scope of services covered under this Contract will encompass principally MEP design, with wider multi-disciplinary design support, energy assessment, construction supervisory and post-handover services provided by the appointed Supplier. Specialist supplier/sub consultant design input may also be required where project solutions involve innovative/new to market products and systems. Quantity Surveying services may also be required to be provided by the supplier as an additional service to completion of Stage 4. Full requirements are detailed in the tender documents. It is the University’s intention to enter into a Contract for an indicative period of 4 years. However, the actual Contract Term will be tied to the individual project/site programmes as detailed in the ITT documents. The proposed form of contract shall be the NEC4 Professional Service Short Contract.
Total Quantity or Scope
The University of Edinburgh has a requirement to establish contracting arrangements with a single supplier to act as Lead Consultant to lead a multi-disciplinary design team for improvement initiatives to ventilation installations across the University’s building estate. It is the University’s intention to enter into a Contract for an indicative period of 4 years. However, the actual Contract Term will be tied to the individual project/site programmes as detailed in the ITT. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). It is proposed this procurement will be conducted through the use of the Open Procedure. The evaluation will be contain three stages as follows. Stage 1 - the SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. In addition, project specific technical minimum standards apply. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. Stage 2 - Technical questions are allocated a total weighting of 80 percent. 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. For example if a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. Bidders will be required to achieve a minimum score of 60 percent (48 percent after technical weightings are applied) or more of the technical score. Each supplier achieving a score greater or equal to 60 percent will only then progress through to the commercial evaluation. Stage 3 - Commercial (Price) shall be allocated a total weighting of 20 percent. The bidder who submits the lowest price will be awarded the maximum score for the associated cost area, and all other bids awarded a score pro rata, in relation to the lowest bid. Both Technical and Commercial scores will be added together at the end of the evaluation process to calculate the most economically advantageous tender, to be recommended as the winning bidder.
Renewal Options
This tender process will cover all RIBA stages 0-7 inclusive for all sites, however, award of any Contract will be split into three phases for each of the sites as outlined below. The University reserves the right to extend the contract term to proceed with the next phase for each specific site. - Phase 1: RIBA stages 0-3 - Phase 2: RIBA stages 4 - Phase 3: RIBA Stages 5-7 The initial Contract Term will cover Phase 1 only for each of the sites and The University may in its sole discretion extend the Term of the Contract to proceed with Phase 2 and Phase 3 for each site on a case-by-case basis, in accordance with the Terms and Conditions of the Contract.
Award Criteria
| Technical | 80.0 |
| PRICE | 20.0 |
CPV Codes
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71334000 - Mechanical and electrical engineering services
- 71000000 - Architectural, construction, engineering and inspection services
- 71315200 - Building consultancy services
- 71320000 - Engineering design services
- 71313000 - Environmental engineering consultancy services
Indicators
- Bids should cover the whole contract.
- Options are available.
- Renewals are not available.
- Financial restrictions apply.
- Professional qualifications are sought.
- Staff qualifications are relevant.
- Award on basis of price.
Other Information
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). Please confirm you hold the required accreditation. If the bidder does not hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), The bidder must have the following: Equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented items relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above — a policy with set responsibilities, review and improvement procedures, quality management and performance process, workforce training, skills, and information process, monitoring arrangements, bidder quality management arrangements, and a process for managing complaints. 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 BS EN 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 a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS 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, then the bidder must have the following: Equivalent, regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above – ensuring H&S effectiveness, obtaining H&S advice and assistance, training, skills and information for bidder workforce, workforce H&S qualifications, checking and reviewing H&S performance, involving workforce in planning and implementation, recording accidents/incidents and follow-up actions, ensuring bidder’s suppliers apply H&S appropriate measures, risk assessment, and coordinating with bidder’s suppliers. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. SPD Statement 4D.2: 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 UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following: Equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent... full SPD 4D.2 text is in the ITT documents. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31631. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: Community Benefits will apply. Further information will be detailed within our ITT documentation. (SC Ref:829475)
Reference
- FTS 041509-2026