Contract

Grounds Maintenance and Grounds Works Service

  • Edinburgh Napier University

F03: Contract award notice

Notice identifier: 2022/S 000-016940

Procurement identifier (OCID): ocds-h6vhtk-02a4ce

Published 21 June 2022, 2:28pm



Section one: Contracting authority

one.1) Name and addresses

Edinburgh Napier University

Sighthill Campus, 9 Sighthill Court

EDINBURGH

EH11 4BN

Contact

Procurement

Email

procurement@napier.ac.uk

Telephone

+44 3339006040

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

www.napier.ac.uk

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