Section one: Contracting authority
one.1) Name and addresses
Edinburgh Napier University
Sighthill Campus, 9 Sighthill Court
EDINBURGH
EH11 4BN
Contact
Procurement
Telephone
+44 3339006040
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00340
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Grounds Maintenance and Grounds Works Service
Reference number
ENU-2021-0136-00
two.1.2) Main CPV code
- 77314000 - Grounds maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Contractor for Ground Team Maintenance Services which will consist of both Summer grounds services and Emergency Call Out services at detailed locations within the University’s Estates portfolio at both Campuses and Student Accommodation Residential sites
two.1.5) Estimated total value
Value excluding VAT: £220,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
two.2.4) Description of the procurement
Contractor for Ground Team Maintenance Services which will consist of both Summer grounds services and Emergency Call Out services at detailed locations within the University’s Estates portfolio at both Campuses and Student Accommodation Residential sites
two.2.5) Award criteria
Quality criterion - Name: Operational :Resource and Structure / Weighting: 4
Quality criterion - Name: Operational :Equipment / Weighting: 4
Quality criterion - Name: Operational :Equipment Maintenance / Weighting: 4
Quality criterion - Name: Operational :Processes / Weighting: 4
Quality criterion - Name: Operational: Sub-Contracting : / Weighting: 3
Quality criterion - Name: Operational : Implementation: / Weighting: 3
Quality criterion - Name: Capability/Resource To Emergency Situations : / Weighting: 5
Quality criterion - Name: Suppliers Quality Control/Staff Supervision Procedures And Competence: Contract Manager / Weighting: 4
Quality criterion - Name: Suppliers Quality Control/Staff Supervision Procedures And Competence: Daily Works Supervisor / Weighting: 4
Quality criterion - Name: Suppliers Quality Control/Staff Supervision Procedures And Competence: Quality / Weighting: 4
Quality criterion - Name: Health & Safety:Policy and Health & Safety Management Structure / Weighting: 4
Quality criterion - Name: Health & Safety/Legislative And Environmental Sustainability Policies/Compliance :Risk Assessments and Method Statements / Weighting: 4
Quality criterion - Name: Health & Safety/Legislative And Environmental Sustainability Policies/Compliance: Training / Weighting: 4
Quality criterion - Name: Environmental & Sustainability : Biodiversity / Weighting: 4
Quality criterion - Name: Environmental & Sustainability: Chemical Management / Weighting: 4
Quality criterion - Name: Environmental &Sustainability :Compliance / Weighting: 4
Quality criterion - Name: Environmental & Sustainability :Volunteers / Weighting: 4
Quality criterion - Name: Environmental & Sustainability: Strategies & Policies / Weighting: 4
Quality criterion - Name: Environmental &Sustainability: Waste / Weighting: 4
Price - Weighting: 25
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
up to 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Tenderers will be required to have a minimum “specific” yearly turnover of 80,000 GBP for each of the last 2 years in the business area covered by the Contract
The Tenderer(s), if requested, will be required to provide 2 years audited accounts, or equivalent prior to the award of Contract.
Insurance: Employer's (Compulsory) Liability Insurance: GBP 5 Million.
Insurance – Public and Product Indemnity Insurance cover of: GBP 5 Million.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Quality Assurance 4D1.1 Quality Management In PCS-T Qualification Envelope: Mandatory
Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 9001(or equivalent)
If bidder does not hold UKAS (or equivalent) accredited independent 3rd party certificate of compliance with BS EN ISO 9001 (or equivalent), then Tenderer must have the following:
a) A documented policy to be provided regarding Quality Management, which must set out responsibilities for Quality Management demonstrating that the Tenderer has and continues to implement a Quality Management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. Policy must be relevant to the nature and scale of the work to be undertaken.
Scoring Methodology for this question 4.D.1.1 (Quality Management) is as follows:
Pass = The Tenderer has confirmed and provided evidence that UKAS (or equivalent)accredited independent third party certificate of compliance with BS EN ISO 9001(or equivalent) or provided evidence on a documented policy which sets out responsibilities for Quality Management demonstrating that the Tenderer has and continues to implement a Quality Management policy that is authorised by their Chief Executive, or an equivalent is in place and provided evidence that it is periodically reviewed at a senior management level and is relevant to the nature and scale of the works .
Fail= The Tenderer does not confirm that a Quality Management system is in place in line with statement on 4D.1.1 or that no evidence has been provided by the Tenderer or the evidence provided by the Tenderer is not robust and detailed enough to meet with the Authority’s Quality Management requirements as per statement on 4D.1.1.Mandatory :
Specific example required for Grounds Maintenance and Works service
Please provide relevant examples of two similar Grounds Maintenance and Works service contracts that have covered the same Grounds Maintenance and Works service requirements as detailed in the ITT Document Section 2 carried out in the past three years.
Details should include (but not be limited to):
The value for each of the two contracts(s) carried out.
The scope of the Grounds Maintenance and Works requirements for these two contracts
The organisations that the two contracts were carried out on behalf of
Reference contacts at these organisations
The term of contract (for each of the two Contracts)
Note this question (4C.1) will be evaluated as follows:
Pass: Response provided is relevant and detailed. The response is sufficiently detailed to demonstrate a good understanding and provides details of two contracts that have covered similar Grounds Maintenance and Works service requirements as detailed in the ITT.
Fail: Nil or an inadequate response. The response fails to demonstrate an ability to meet the requirement.
Note The University reserves the right to contact reference contact points for each example provided in order to verify the validity of the response.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See Tender documents and appendixes
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 May 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
12 May 2021
Local time
1:00pm
Place
PCS-Tenders
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: March 2024
six.3) Additional information
Safety Accreditation: Mandatory: Question Number Part 4C.6 In PCS-T Qualification Envelope: Mandatory
Tenderers wishing to be considered for this Tender exercise must have in place membership of a Safety Scheme such as CHAS or SafeContractor or certification in accordance with ISO 18001 or an equivalent accreditation. Tenderers should confirm in their response that they have membership of Safety Scheme or certification in accordance with ISO 18001 or an equivalent accreditation and provide details of certification of Safety Scheme, or other certification in accordance with ISO18001. If there is an equivalent accreditation being proposed by the Tenderer then details and evidence should be provided showing that it is a detailed and robust equivalent accreditation.
Scoring Methodology for this question is as follows:
Pass = The Tenderer has confirmed that a Safety Scheme or certification in accordance ISO18001 is in place and provided evidence. Where an equivalent accreditation is being proposed by the Tenderer, they have provided evidence to show that it the accreditation is both detailed and robust. Fail= The Tenderer does not confirm that a Safety Scheme or certification in accordance ISO18001 or an equivalent accreditation is in place or no evidence has been provided by the Tenderer or the evidence provided by the Tenderer does not provided sufficient evidence to show that the Safety/Scheme/Accreditation is robust and detailed enough to meet with the University’s Safety requirements.
8 Environmental Management Systems Question no 4D.2:
Tenderers wishing to be considered for this project must have in place 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, or a detailed internal process that is documented and evaluated on a regular basis that addresses and provided evidence that that a robust internal organisational Environmental Management System is in place. Please ensure that you attach a copy of your certificates or other supporting information regarding an Environmental Management System .
4.D.2 Scoring Methodology for this question (Environmental Management Systems) is as follows:
Pass = The Tenderer has confirmed that a place 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 is in place and provided evidence. Where an equivalent accreditation is being proposed by the Tenderer, they have provided evidence to show that it the accreditation is both detailed and robust. Where the Tenderer an internal organisational Environmental Management System is being proposed by Tenderer, the evidence provided shows that a well-documented , robust Environmental Management System is in place.
Fail= The Tenderer does not confirm that UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate is in place or no evidence has been provided by the Tenderer or the evidence provided by the Tenderer does not provided sufficient evidence to show that a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) is in place or where an internal organisational Environmental Management System is being proposed by Tenderer, the evidence provided is not robust and detailed enough to meet with the University’s Environment Management System requirements
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 182466. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:647806)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sherriff Court House 27 Chambers Street
Edinburgh
Country
United Kingdom