Tender

Provision of Snow Clearing and Gritting Service

  • Edinburgh Napier University

F02: Contract notice

Notice identifier: 2021/S 000-020407

Procurement identifier (OCID): ocds-h6vhtk-02d726

Published 20 August 2021, 9:05am



Section one: Contracting authority

one.1) Name and addresses

Edinburgh Napier University

Sighthill Campus, 9 Sighthill Court

EDINBURGH

EH11 4BN

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.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.u

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

Provision of Snow Clearing and Gritting Service

Reference number

ENU-2122-0005-00

two.1.2) Main CPV code

  • 90620000 - Snow-clearing services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of snow clearing and gritting services at the University's sites

two.1.5) Estimated total value

Value excluding VAT: £260,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90620000 - Snow-clearing 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

Snow Clearing and Gritting Services during Winter Period 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: Service Delivery: Methodology :Proactive Service :Gritting / Weighting: 10

Quality criterion - Name: Service Delivery: Methodology :Reactive Gritting and Snow Clearance Service / Weighting: 10

Quality criterion - Name: Service Delivery – Health & Safety / Weighting: 10

Quality criterion - Name: Resource & Staffing: Key Personnel / Weighting: 8

Quality criterion - Name: Sustainable Procurement – Environmental and Waste Reduction Policies / Weighting: 12

Price - Weighting: 50

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

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

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.

three.1.2) Economic and financial standing

List and brief description of selection criteria

1: Minimum Turnover Value: Mandatory

Q4B.2: Tenderers will be required to have a minimum “specific” yearly turnover of 75,000 GBP for each of the last 2 years in the business area covered by the Contract

As per question: 1.76.2 and 1.76.6 in PCS-T Qualification Envelope:

The Tenderer(s), if requested, will be required to provide 2 years audited accounts, or equivalent prior to the award of Contract.

2: Insurance: Q4B.5: Insurance requirements will be as detailed:

PCS-T Qualification Envelope: Question 1.76.14 4B.5.1: Employer's (Compulsory) Liability Insurance: GBP 5 Million.

PCS-T Qualification Envelope: Question: 1.76.15 4B.5.2: Insurance – Public and Product Indemnity Insurance cover of: GBP 5 Million.

The Tenderer(s), if requested, will be required to provide evidence of insurance Certification prior to the award of the Contract.

three.1.3) Technical and professional ability

List and brief description of selection criteria

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 .

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Detailed in Tender Documentation


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

22 September 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

22 September 2021

Local time

1:00pm

Place

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: July 2024

six.3) Additional information

Tenderers to ensure they refer and review to all Tender documentation and complete the Qualification,Technical and Commercial envelopes in PCS-T and any additional information requested in Tender documentation

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19461. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:664494)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court & Justice of the Peace Court

Edinburgh Sheriff Court, 27 Chambers St

Edinburgh

EH1 1LB

Country

United Kingdom