Notice Information
Notice Title
EC0776 Asset Tagging and Data Capture for Critical Buildings
Notice Description
The University of Edinburgh wishes to appoint an asset data capture company (supplier) to undertake the asset tagging and data capture of equipment within 56 buildings identified as critical. The critical buildings shall be divided into 2 work packages based on school and geographical area. This requirement is not divided into lots as we wish to appoint one supplier for continuity. Bidders must self-certify their adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Bidders may be required to submit Means of Proof at a later stage. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice.
Lot Information
Lot 1
EC0776 - Asset Tagging and Data Capture for Critical Buildings The University of Edinburgh wishes to appoint an asset data capture company to undertake the asset tagging and data capture of equipment within 56 buildings identified as critical. The critical buildings shall be divided into 2 work packages based on school and geographical area. A single supplier will be appointed to manage the project. Due to the large number of buildings involved, while a single supplier will be appointed to deliver the project, they will be required to provide separate delivery teams to undertake the work packages concurrently in the two geographical areas below and both will be required to be completed by the same deadline. Work Package 1 - Accommodation, Central and King's Buildings Work Package 2 - Meds + Vets The work should be undertaken Monday to Friday between the hours of 9am to 5pm. The Estates Department has created a mobile asset gathering application which allows for the gathering of asset data directly into a holding platform via tablets or mobile phones. The data will be verified before being entered into the University's CMMS, Archibus. The University will evaluate all bidders/tenderers ITT submissions who have passed our minimum requirements via undertaking a Quality/Technical and Commercial evaluation. The ITT quality questionnaire will be marked.Technical (Quality) 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 your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. eg in the event you score 4 out of 4 for all our quality questions and score 100 then you will be awarded the maximum score of 60 percent. In the event you score 2 out of 4 for all questions then your score will be 50 percent out of the quality percentage of 60 percent therefore your score would be 30 percent. Cost - the bidder who submits the lowest cost will be awarded the maximum score 40 percent and others awarded a score pro rata, in relation to the lowest bid. Summary The quality and commercial score will be combined to give each bidder/tenderer an overall total score. Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Forms (MO Excel document) attached to ESPD questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. These parties must complete the first three sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. If parties have not yet been identified, this information may be required at a later date. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. The University has also included a Pass/Fail question with regards to the timescale we require the scope of service to be completed by. In the event the Bidder states No they are unable to match/meet this deadline then their submission will be disqualified and will not be evaluated.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000490124
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL289915
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72313000 - Data capture services
Notice Value(s)
- Tender Value
- £280,000 £100K-£500K
- Lots Value
- £280,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Jul 20178 years ago
- Submission Deadline
- 26 May 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Jul 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Elizabeth Lebost
- Contact Email
- elizabeth.lebost@ed.ac.uk, margaret.lochhead@ed.ac.uk
- Contact Phone
- +44 1316502508, +44 1316508202
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1HT
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- UKM25 Edinburgh, City of
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR280734
EC0776 Asset Tagging and Data Capture for Critical Buildings - The University of Edinburgh wishes to appoint an asset data capture company (supplier) to undertake the asset tagging and data capture of equipment within 56 buildings identified as critical. The critical buildings shall be divided into 2 work packages based on school and geographical area. This requirement is not divided into lots as we wish to appoint one supplier for continuity. Bidders must self-certify their adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Bidders may be required to submit Means of Proof at a later stage. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL289915
EC0776 Asset Tagging and Data Capture for Critical Buildings - The University of Edinburgh wishes to appoint an asset data capture company (supplier) to undertake the asset tagging and data capture of equipment within 56 buildings identified as critical. The critical buildings shall be divided into 2 work packages based on school and geographical area. This requirement is not divided into lots as we wish to appoint one supplier for continuity. Bidders must self-certify their adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Bidders may be required to submit Means of Proof at a later stage. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000490124-2017-07-17T00:00:00Z",
"date": "2017-07-17T00:00:00Z",
"ocid": "ocds-r6ebe6-0000490124",
"initiationType": "tender",
"parties": [
{
"id": "org-12",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM25",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"email": "margaret.lochhead@ed.ac.uk",
"telephone": "+44 1316508202",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-3",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Elizabeth Lebost",
"email": "Elizabeth.Lebost@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-3"
},
"tender": {
"id": "ocds-r6ebe6-0000490124",
"title": "EC0776 Asset Tagging and Data Capture for Critical Buildings",
"description": "The University of Edinburgh wishes to appoint an asset data capture company (supplier) to undertake the asset tagging and data capture of equipment within 56 buildings identified as critical. The critical buildings shall be divided into 2 work packages based on school and geographical area. This requirement is not divided into lots as we wish to appoint one supplier for continuity. Bidders must self-certify their adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Bidders may be required to submit Means of Proof at a later stage. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice.",
"status": "complete",
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM25"
},
{
"region": "UKM25"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 280000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2017-05-26T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-05-26T12:30:00Z"
},
"documents": [
{
"id": "APR280734",
"documentType": "contractNotice",
"title": "EC0776 Asset Tagging and Data Capture for Critical Buildings",
"description": "The University of Edinburgh wishes to appoint an asset data capture company (supplier) to undertake the asset tagging and data capture of equipment within 56 buildings identified as critical. The critical buildings shall be divided into 2 work packages based on school and geographical area. This requirement is not divided into lots as we wish to appoint one supplier for continuity. Bidders must self-certify their adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Bidders may be required to submit Means of Proof at a later stage. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR280734",
"format": "text/html"
},
{
"id": "JUL289915",
"documentType": "awardNotice",
"title": "EC0776 Asset Tagging and Data Capture for Critical Buildings",
"description": "The University of Edinburgh wishes to appoint an asset data capture company (supplier) to undertake the asset tagging and data capture of equipment within 56 buildings identified as critical. The critical buildings shall be divided into 2 work packages based on school and geographical area. This requirement is not divided into lots as we wish to appoint one supplier for continuity. Bidders must self-certify their adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Bidders may be required to submit Means of Proof at a later stage. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL289915",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "EC0776 - Asset Tagging and Data Capture for Critical Buildings The University of Edinburgh wishes to appoint an asset data capture company to undertake the asset tagging and data capture of equipment within 56 buildings identified as critical. The critical buildings shall be divided into 2 work packages based on school and geographical area. A single supplier will be appointed to manage the project. Due to the large number of buildings involved, while a single supplier will be appointed to deliver the project, they will be required to provide separate delivery teams to undertake the work packages concurrently in the two geographical areas below and both will be required to be completed by the same deadline. Work Package 1 - Accommodation, Central and King's Buildings Work Package 2 - Meds + Vets The work should be undertaken Monday to Friday between the hours of 9am to 5pm. The Estates Department has created a mobile asset gathering application which allows for the gathering of asset data directly into a holding platform via tablets or mobile phones. The data will be verified before being entered into the University's CMMS, Archibus. The University will evaluate all bidders/tenderers ITT submissions who have passed our minimum requirements via undertaking a Quality/Technical and Commercial evaluation. The ITT quality questionnaire will be marked.Technical (Quality) 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 your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. eg in the event you score 4 out of 4 for all our quality questions and score 100 then you will be awarded the maximum score of 60 percent. In the event you score 2 out of 4 for all questions then your score will be 50 percent out of the quality percentage of 60 percent therefore your score would be 30 percent. Cost - the bidder who submits the lowest cost will be awarded the maximum score 40 percent and others awarded a score pro rata, in relation to the lowest bid. Summary The quality and commercial score will be combined to give each bidder/tenderer an overall total score. Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Forms (MO Excel document) attached to ESPD questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. These parties must complete the first three sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. If parties have not yet been identified, this information may be required at a later date. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. The University has also included a Pass/Fail question with regards to the timescale we require the scope of service to be completed by. In the event the Bidder states No they are unable to match/meet this deadline then their submission will be disqualified and will not be evaluated.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "complete",
"value": {
"amount": 280000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 120
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2017-05-26T12:30:00Z"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "ESPD 4B.1.1 Statement - Bidders will be required to have a minimum \"general\" yearly turnover of 560,000 GBP for the last 3 years. ESPD 4B.5.1 and 4B.5.2 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10,000,000 GBP Public Liability Insurance = 10,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf"
},
{
"type": "technical",
"minimum": "ESPD 4D.1 1st Statement 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). If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder 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. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "72313000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Scoring methodology: 0 Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. Estimated contract value is circa 280,000 GBP for both work packages. Further information is detailed within our ITT documentation which can be downloaded via PCS-T. ESPD Question 4C.1.2 Experience-Provide three examples of works carried out in the past three years that demonstrate your organisation has the relevant experience to deliver the work as described in the Statement of Requirement. Examples should include the following; -Project Description -Value -Data Capture Method -Data input into Existing Facilities Management Systems particularly Archibus -Asset Surveys -Working within a Large Estate with Numerous Stakeholders Responses must be no more than 2 pages of A4 for each example provided. Each example is worth 5 percent. The overall weighting for this question is 15 percent Question 2 Project Programme-Provide a programme demonstrating your approach to ensure on-time delivery of the project. The programme should include (as a minimum); -Timelines and key milestones; -time at each facility tagging equipment; -How you will liaise with the building users to gain access; -quality assurance and checking; -Weekly progress reporting to the Project Manager Responses must be no more than 3 pages of A4. This question has a weighting of 30 percent ESPD Question 4.C.2 3a)Please demonstrate what communication methods and processes are utilised by your site team/s and how this information is communicated to management to ensure quality of service. Responses must be no more than 1 x page of A4 for response provided. Question 3a has a weighting of 20 percent ESPD Question 4C.9 Question 3b)Please demonstrate what reporting tools your organisation currently have which demonstrates how senior management has visibility of progress and associated activates. Responses must be no more than 1 x page of A4 for response provided. Question 3b has a weighting of 20 percent Question 4a) Please provide details of the key team members who will be employed on this project and enclose an outline C.V. detailing their qualifications and experience to undertake this project. Question 4a has a weighting of 5 percent Question 4b) Provide an organigram of the team structure indicating the roles of each member including the single point of Client contact. Question 4b has a weighting of 5 percent Question 5 Please explain how complaints relating to the management of this contract will be addressed. Timescales for resolution of complaints and your existing escalation process should be provided. A single named point of contact should be included. Question 5 has a weighting of 5 percent (SC Ref:504692)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000490124"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000490124"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC0776",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0776",
"awardID": "EC0776",
"status": "active",
"dateSigned": "2017-07-14T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 079-152562"
}
]
}