Notice Information
Notice Title
Core System Solution
Notice Description
The University of Edinburgh (the "University") wishes to appoint a supplier to provide a Software as a Service (SaaS) based solution for the University's Finance (including Procurement) and HR (including Payroll) "Core Systems". Please refer to Section II.2.4 of this Notice for further definition around the scope of this procurement. In accordance with Regulation 27(4) of The Public Contracts (Scotland) Regulations 2015, use of this procedure (competitive dialogue) is justified on the basis that the supplies and services cannot be sufficiently defined and require supplier technical design input. The complexity of this project and need to mitigate risk on technical, financial, legal and reputational dimensions, necessitates dialogue. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD on Public Contract Scotland - Tender (PCS-T). When completing the ESPD, bidders must have regard for the selection requirements detailed in Section III of this OJEU Notice.
Lot Information
Lot 1
The University will accept bids from suppliers who provide an end-to-end software and implementation solution as a single entity. The University will also accept bids from consortia (e.g. software suppliers and implementation partners working collaboratively) or any other bid comprising subcontractors or otherwise relying on the capacities of other entities. The University has identified that investment in a solution to deliver a new Finance and HR system is critical. Additional modules such as Estates Management, Customer Relationship Management, Student Lifecycle Management, Research Management Systems, Document Management are currently seen as out of the 'Core Systems' scope. However, the University retains the ability, at its sole discretion, to explore these modules with the Qualified Bidder(s), i.e. those organisations selected (following ESPD stage) and invited by the University to participate in the dialogue stage. This will enable the University to (i) obtain further understanding of the Qualified Bidder(s) pipeline towards future innovation of the solution, and (ii) consider whether or not to incorporate such modules within the solution during the lifespan of the contract. All bidders should therefore be willing to provide the Core System's scope together with the additional modules, if required. Core Enterprise Business Systems, "Core Systems", is defined as the central systems that support the HR, Finance, Payroll, and Procurement requirements of the University. However, the University would like to explore further modules, as outlined above. Such systems provide much of the core IT functionality to run the University's professional services and administrative functions. These systems have received very little investment over the last 20 years, which has in turn resulted in an excessive amount of application proliferation as individual areas of professional services, Colleges or Schools have added, created or purchased their own business system. As a result, we have a number of difficulties, e.g.: - inconsistent data, - widely differing user interfaces, - high cost of maintenance, - weak processes or missing processes - an inability to produce consistent cross functional area management information and - old systems with high and growing maintenance needs. The estimated total order of magnitude of this contract is 14m GBP. This low accuracy estimation is based on: (i) the total 17-year contract term; (ii) annual renewal figures of the University's current Finance and HR systems; and (iii) estimated implementation costs. At this stage, the University does not have sufficient information of all the systems across the estate (including those in addition to the Core Systems) which we are potentially looking to replace. The University has insufficient information of what a solution might entail, what the pricing structure would be and consequently cannot form a meaningful contract value estimate. It is therefore likely that the overall value of the opportunity will be higher than this estimate provided. Under no circumstances will the University or any of its respective advisors be liable for any costs or expenses incurred by bidders and/or its respective advisors arising directly or indirectly from this procurement or termination thereof, including, without limitation, any changes or adjustments made to the procurement documentation, or the exclusion/disqualification of a bidder. Any discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties. This project will NOT be divided in to lots due to its complexity.. 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. Procurement documents will be held from publication in PCS-T for 48 hours from the time the OJEU Notice is sent to PCS. This will not affect project timescales.
Options: As part of the dialogue, additional purchase options e.g. (Estates Management, Customer Relationship Management, Student Lifecycle Management, Research Management Systems, Document Management) will be subject to dialogue. These options shall either be incorporated into the contract agreed between the University and the successful supplier, or the ability to add such purchase options shall be reflected in clear review clauses in such contract.
Renewal: Initial 5-year contract with possible 3-year extensions (maximum of 4 extensions). Extension options will act as breakpoints for contract review and allow for any refresh of the HR and Finance system, including incorporation/refresh of further modules as stated in II.2.4 and II.2.11 of this Notice, should this be required.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000516673
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY355380
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
64 - Postal and telecommunications services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
48810000 - Information systems
64216200 - Electronic information services
72222300 - Information technology services
Notice Value(s)
- Tender Value
- £14,000,000 £10M-£100M
- Lots Value
- £14,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £20,524,086 £10M-£100M
Notice Dates
- Publication Date
- 27 May 20196 years ago
- Submission Deadline
- 28 Nov 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 30 Apr 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Estimated timing for further notices to be published: Should the maximum number of extensions be exercised (5+3+3+3+3) this contract will be due for renewal in 2036.
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
- Alison Johnson
- Contact Email
- alison.johnson@ed.ac.uk
- Contact Phone
- +44 1316502467
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
- TLM75 City of Edinburgh
-
- 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=OCT299424
Core System Solution - The University of Edinburgh (the "University") wishes to appoint a supplier to provide a Software as a Service (SaaS) based solution for the University's Finance (including Procurement) and HR (including Payroll) "Core Systems". Please refer to Section II.2.4 of this Notice for further definition around the scope of this procurement. In accordance with Regulation 27(4) of The Public Contracts (Scotland) Regulations 2015, use of this procedure (competitive dialogue) is justified on the basis that the supplies and services cannot be sufficiently defined and require supplier technical design input. The complexity of this project and need to mitigate risk on technical, financial, legal and reputational dimensions, necessitates dialogue. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD on Public Contract Scotland - Tender (PCS-T). When completing the ESPD, bidders must have regard for the selection requirements detailed in Section III of this OJEU Notice. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY355380
Core System Solution - The University of Edinburgh (the "University") wishes to appoint a supplier to provide a Software as a Service (SaaS) based solution for the University's Finance (including Procurement) and HR (including Payroll) "Core Systems". Please refer to Section II.2.4 of this Notice for further definition around the scope of this procurement. In accordance with Regulation 27(4) of The Public Contracts (Scotland) Regulations 2015, use of this procedure (competitive dialogue) is justified on the basis that the supplies and services cannot be sufficiently defined and require supplier technical design input. The complexity of this project and need to mitigate risk on technical, financial, legal and reputational dimensions, necessitates dialogue. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD on Public Contract Scotland - Tender (PCS-T). When completing the ESPD, bidders must have regard for the selection requirements detailed in Section 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-r6ebe6-0000516673-2019-05-27T00:00:00Z",
"date": "2019-05-27T00:00:00Z",
"ocid": "ocds-r6ebe6-0000516673",
"initiationType": "tender",
"parties": [
{
"id": "org-11",
"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": "Alison Johnson",
"email": "alison.johnson@ed.ac.uk",
"telephone": "+44 1316502467",
"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-81",
"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": "Alison Johnson",
"email": "alison.johnson@ed.ac.uk",
"telephone": "+44 1316502467",
"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"
}
},
{
"id": "org-82",
"name": "Inoapps",
"identifier": {
"legalName": "Inoapps"
},
"address": {
"streetAddress": "2 Fountainhall Road",
"locality": "Aberdeen",
"region": "UK",
"postalCode": "AB15 4DT"
},
"contactPoint": {
"telephone": "+44 8701122000"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-81"
},
"tender": {
"id": "EC0772",
"title": "Core System Solution",
"description": "The University of Edinburgh (the \"University\") wishes to appoint a supplier to provide a Software as a Service (SaaS) based solution for the University's Finance (including Procurement) and HR (including Payroll) \"Core Systems\". Please refer to Section II.2.4 of this Notice for further definition around the scope of this procurement. In accordance with Regulation 27(4) of The Public Contracts (Scotland) Regulations 2015, use of this procedure (competitive dialogue) is justified on the basis that the supplies and services cannot be sufficiently defined and require supplier technical design input. The complexity of this project and need to mitigate risk on technical, financial, legal and reputational dimensions, necessitates dialogue. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD on Public Contract Scotland - Tender (PCS-T). When completing the ESPD, bidders must have regard for the selection requirements detailed in Section III of this OJEU Notice.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "48810000",
"scheme": "CPV"
},
{
"id": "48000000",
"scheme": "CPV"
},
{
"id": "72222300",
"scheme": "CPV"
},
{
"id": "64216200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 14000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2017-11-28T17:00:00Z"
},
"documents": [
{
"id": "OCT299424",
"documentType": "contractNotice",
"title": "Core System Solution",
"description": "The University of Edinburgh (the \"University\") wishes to appoint a supplier to provide a Software as a Service (SaaS) based solution for the University's Finance (including Procurement) and HR (including Payroll) \"Core Systems\". Please refer to Section II.2.4 of this Notice for further definition around the scope of this procurement. In accordance with Regulation 27(4) of The Public Contracts (Scotland) Regulations 2015, use of this procedure (competitive dialogue) is justified on the basis that the supplies and services cannot be sufficiently defined and require supplier technical design input. The complexity of this project and need to mitigate risk on technical, financial, legal and reputational dimensions, necessitates dialogue. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD on Public Contract Scotland - Tender (PCS-T). When completing the ESPD, bidders must have regard for the selection requirements detailed in Section III of this OJEU Notice.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT299424",
"format": "text/html"
},
{
"id": "MAY355380",
"documentType": "awardNotice",
"title": "Core System Solution",
"description": "The University of Edinburgh (the \"University\") wishes to appoint a supplier to provide a Software as a Service (SaaS) based solution for the University's Finance (including Procurement) and HR (including Payroll) \"Core Systems\". Please refer to Section II.2.4 of this Notice for further definition around the scope of this procurement. In accordance with Regulation 27(4) of The Public Contracts (Scotland) Regulations 2015, use of this procedure (competitive dialogue) is justified on the basis that the supplies and services cannot be sufficiently defined and require supplier technical design input. The complexity of this project and need to mitigate risk on technical, financial, legal and reputational dimensions, necessitates dialogue. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD on Public Contract Scotland - Tender (PCS-T). When completing the ESPD, bidders must have regard for the selection requirements detailed in Section III of this OJEU Notice.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY355380",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University will accept bids from suppliers who provide an end-to-end software and implementation solution as a single entity. The University will also accept bids from consortia (e.g. software suppliers and implementation partners working collaboratively) or any other bid comprising subcontractors or otherwise relying on the capacities of other entities. The University has identified that investment in a solution to deliver a new Finance and HR system is critical. Additional modules such as Estates Management, Customer Relationship Management, Student Lifecycle Management, Research Management Systems, Document Management are currently seen as out of the 'Core Systems' scope. However, the University retains the ability, at its sole discretion, to explore these modules with the Qualified Bidder(s), i.e. those organisations selected (following ESPD stage) and invited by the University to participate in the dialogue stage. This will enable the University to (i) obtain further understanding of the Qualified Bidder(s) pipeline towards future innovation of the solution, and (ii) consider whether or not to incorporate such modules within the solution during the lifespan of the contract. All bidders should therefore be willing to provide the Core System's scope together with the additional modules, if required. Core Enterprise Business Systems, \"Core Systems\", is defined as the central systems that support the HR, Finance, Payroll, and Procurement requirements of the University. However, the University would like to explore further modules, as outlined above. Such systems provide much of the core IT functionality to run the University's professional services and administrative functions. These systems have received very little investment over the last 20 years, which has in turn resulted in an excessive amount of application proliferation as individual areas of professional services, Colleges or Schools have added, created or purchased their own business system. As a result, we have a number of difficulties, e.g.: - inconsistent data, - widely differing user interfaces, - high cost of maintenance, - weak processes or missing processes - an inability to produce consistent cross functional area management information and - old systems with high and growing maintenance needs. The estimated total order of magnitude of this contract is 14m GBP. This low accuracy estimation is based on: (i) the total 17-year contract term; (ii) annual renewal figures of the University's current Finance and HR systems; and (iii) estimated implementation costs. At this stage, the University does not have sufficient information of all the systems across the estate (including those in addition to the Core Systems) which we are potentially looking to replace. The University has insufficient information of what a solution might entail, what the pricing structure would be and consequently cannot form a meaningful contract value estimate. It is therefore likely that the overall value of the opportunity will be higher than this estimate provided. Under no circumstances will the University or any of its respective advisors be liable for any costs or expenses incurred by bidders and/or its respective advisors arising directly or indirectly from this procurement or termination thereof, including, without limitation, any changes or adjustments made to the procurement documentation, or the exclusion/disqualification of a bidder. Any discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties. This project will NOT be divided in to lots due to its complexity.. 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. Procurement documents will be held from publication in PCS-T for 48 hours from the time the OJEU Notice is sent to PCS. This will not affect project timescales.",
"status": "complete",
"value": {
"amount": 14000000,
"currency": "GBP"
},
"options": {
"description": "As part of the dialogue, additional purchase options e.g. (Estates Management, Customer Relationship Management, Student Lifecycle Management, Research Management Systems, Document Management) will be subject to dialogue. These options shall either be incorporated into the contract agreed between the University and the successful supplier, or the ability to add such purchase options shall be reflected in clear review clauses in such contract."
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Initial 5-year contract with possible 3-year extensions (maximum of 4 extensions). Extension options will act as breakpoints for contract review and allow for any refresh of the HR and Finance system, including incorporation/refresh of further modules as stated in II.2.4 and II.2.11 of this Notice, should this be required."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "78"
},
{
"type": "cost",
"name": "Cost",
"description": "22"
}
]
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"successiveReduction": true,
"invitationDate": "2017-12-21T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A"
},
{
"type": "economic",
"minimum": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 28m GBP for the last 3 years ESPD 4B.3 Statement Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. 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, as a minimum: Employer's (Compulsory) Liability Insurance = 5m GBP Public Liability Insurance = 10m GBP Professional Indemnity Insurance = 5m GBP Product Liability Insurance = 5m GBP The University retains the right to require higher levels of insurance coverage. This will be discussed with each supplier during the competitive dialogue process, provided that at all times the suppliers maintain the minimum levels of insurance coverage as stipulated above. http://www.hse.gov.uk/pubns/hse40.pdf SPD 4B.6 Statement 1: Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract. ESPD 4B.6 Statement 2: Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must provide their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: Current Ratio Quick Ratio Debtors Turnover Ratio Return on Assets Working Capital Debt to Equity Ratio Gross Profit Ratio A review of your ratios and audited accounts will be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information will be used to assess financial sustainability."
},
{
"type": "technical",
"description": "BELOW ARE SUMMARISED STATEMENTS ONLY. BIDDERS MUST REFER TO FULL STATEMENTS IN SECTION 4C OF THE ESPD GUIDANCE DOCUMENT ATTACHED IN PCS-T. ESPD 4C.1.2 Statements Bidders are required to provide three examples, within the last three years, which demonstrate that they have the relevant experience to deliver the services/supplies. All Consortia responses, for example, from manufacturers who are also partnering with an implementation partner (a consortium bid) should evidence their experience delivering a solution together as such consortium. The three examples (2 examples should from Higher Education (HE) sector and a final example to any sector) should include the following: Description of the project Scope and scale of the implementation: - Timescale from project initiation (post contract award) to project closure - Delivery outcomes and benefits realised - Approximate contract value - Client Bidders/consortia should provide reference details for each example, including contact name, company details and number. ESPD 4C.6 Statement The bidder should provide details of any professional qualifications / accreditations held by their organisation (as distinct from individual members of their staff) which they believe to be relevant to projects of similar size, nature and scale to the University's requirements. Your answer may include, but is not limited to, certification or equivalent recognised standard to: Cloud Security Alliance CCM v3.0 ISO 27017 Cloud Security. ISO/IEC 20000/1 (ITIL) ISO/IEC 27000/1:2013 UK Government Cyber Essentials Cyber Essentials Plus IASME Standards ESPD 4C.8.1 Statements All responses from manufacturers who are also partnering with an implementation partner (a consortium bid) should evidence their experience delivering a solution as such consortium. Statement 1: Bidders are required to demonstrate that they have appropriate human resources available to deliver the requirements of a contract of a similar size and scale to the University's. Bidders should detail the number of FTE (35 hour/week) staff or contractors, with knowledge and experience relevant and commensurate to projects of similar nature, size and scale as outlined in the supporting documents. Statement 2: The University requires the appropriate resources to be deployed, with the optimal level of skills, capabilities, experience and technical knowledge for the duration of the contract. Bidders must explain their current processes and practices to manage resources in order to deliver services that meet their customers' requirements taking into account fluctuations in business levels and volume of work over the last 3 years. In PCS-T, responses to ESPD 4C.1.2 (in section II.2.9) should be labelled clearly as attachments to this question. Responses for the remaining 4C questions should be clearly labelled and attached to the General Attachments area in PCS-T. Where multiple statements correspond to a single ESPD question, suppliers must have regard for all statements when submitting responses.",
"minimum": "ESPD 4D.1 Statements Statement 1: Quality Management The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO9001 (or equivalent). Please note all statements set out below are to include the scope of applicability. ESPD 4D.1.1 Statements Statement 1: Quality Management If the bidder does not hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ENISO 9001 (or equivalent), the bidder must have the following: A documented policy and procedures 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. ESPD 4D.2 Statement The Bidder must hold 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 ESPD 4D.2.1 Statement If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following: A regularly reviewed documented policy and procedure regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control)."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "48810000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Estimated timing for further notices to be published: Should the maximum number of extensions be exercised (5+3+3+3+3) this contract will be due for renewal in 2036."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "All queries relating to this procurement MUST be made through the PCS-T messaging portal. For further instructions please refer to the ESPD Guidance document attached to this project in PCS-T. Information About Staff: With regards to part III.2.3,suppliers will only be required to submit this information upon request. Suppliers need NOT supply this information with their response to the ESPD. Means of Proof: The University will require the certificates, statements and any other evidence of fulfilment of the selection criteria. It is envisaged that this documentation will be requested following down selection to 4 bidders and at any stage at the University's discretion. Should documentation not be forthcoming or satisfactory,e.g. certification out of date or incorrect certification held, the University reserves the right to disqualify any Qualified Bidder(s) and invite the highest scoring Qualified Bidder(s) from the previous round to participate in the next stage of dialogue. Modern Slavery Act 2015 and ILO Conventions: The University of Edinburgh is committed to protecting and respecting human rights and has a zero tolerance approach to slavery and human trafficking in all its forms. Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (ESPD section 3D). This includes obligations for certain organisations under the Modern Slavery Act 2015 (available online at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), as well as obligations listed in Annex X of Directive 2014/24/EU((available online at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN). Bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations, which may include a request for the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. The University reserves the right at any time to: -Reject any or all responses and to cancel or withdraw this procurement at any stage; -Award a contract without prior notice; -Change the basis, the procedures and the time-scales set out or referred to within the procurement documents; -Require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); -Terminate the procurement process; and -Amend the terms and conditions of the selection and evaluation process. (SC Ref:582774)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000516673"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000516673"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC0772",
"suppliers": [
{
"id": "org-82",
"name": "Inoapps"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0772",
"awardID": "EC0772",
"status": "active",
"value": {
"amount": 20524086,
"currency": "GBP"
},
"dateSigned": "2019-04-30T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 208-430817"
}
],
"bids": {
"statistics": [
{
"id": "105",
"measure": "bids",
"value": 10,
"relatedLot": "1"
}
]
}
}