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.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £78,837.49 / Highest offer: £321,101.35 taken into consideration
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.2.11) 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 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-007517
Section five. Award of contract
Contract No
ENU-2021-0136-00
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 June 2021
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 6
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Glendale Grounds Management Ltd
Unit 3, West Craigs Industrial Estate, Turnhouse Road
Edinburgh
EH12 0BD
Telephone
+44 1257460461
Country
United Kingdom
NUTS code
- UKM75 - Edinburgh, City of
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £78,837 / Highest offer: £321,101 taken into consideration
Section six. Complementary information
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
(SC Ref:697772)
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