Award

Design Team for New Medical Teaching Facility for Edinburgh University

UNIVERSITY OF EDINBURGH

This public procurement record has 2 releases in its history.

Award

26 Mar 2019 at 00:00

Tender

26 Jun 2018 at 00:00

Summary of the contracting process

The University of Edinburgh is seeking a design team for a New Medical Teaching Facility at the Edinburgh bioQuarter Campus, with an estimated construction cost of approximately £45 million. This procurement is currently in the Award stage, following a selective procurement method involving a two-stage restricted procedure. The deadline for submission was on 6th August 2018, and the project entails a gross area of around 17,000 square metres dedicated to educational and practical laboratory spaces. The winning bid was awarded to Oberlanders Architects LLP, signed on 5th March 2019.

This project presents substantial growth opportunities for architectural and engineering firms, particularly those with experience in educational facilities and medical teaching spaces. Companies engaged in architecture, civil engineering, environmental sustainability, and interior design will be well-positioned to respond to similar tenders, especially those focusing on innovative design and sustainable practices. The emphasis on Fair Work Practices and compliance with social and environmental obligations further highlights the potential for businesses that prioritise ethical standards in their operations.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Design Team for New Medical Teaching Facility for Edinburgh University

Notice Description

The University of Edinburgh wishes to appoint a single design team for a new medical teaching facility at the Edinburgh bioQuarter Campus. The Design Team should consist of Lead Consultant, Architecture Consultant, Specialist Medical Teaching Design consultant, Principal Designer, Sustainability consultant, Civil, Structural, Mechanical and Electrical, Acoustic, Fire Engineers, and Interior Designers (cafe only).The Lead Consultant will be the Architecture Consultants, who will need to have the necessary size and experience for this type of project. The key areas identified and defined in this work are: a) Practical laboratory work, clinical skills and simulation, and anatomy, b) Large group teaching and seminar rooms c) Study spaces d) Social spaces and e) Professional support. Early analysis identifies a gross area of c17,000sqm and estimated construction cost of cGBP 45m. The University will appoint separate Cost Consultant and Landscape Engineer services.

Lot Information

Lot 1

The design team appointment will be via the University's Design Team appointment documentation. We will apply a two-stage Restricted Procedure. Stage 1 - Pre-Qualification via the submission of the completed ESPD (Scotland). Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within Section III 1.1 & 1.2 and Section VI (VI.3) of the Contract Notice. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III and VI of this OJEU Notice Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within Section III 1.3 of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed below. The six highest scoring bidders, scoring 50 percent and above, will be taken through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of candidates meeting the selection criteria is below six, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited (six or less) shall be sufficient to ensure genuine competition. Objective Criteria for Shortlisting - ESPD Section 4C scoring methodology: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. Stage 2 - Invitation to Tender (ITT) The University will evaluate all of the shortlisted bidders/tenderers ITT submissions via undertaking a Technical and Commercial evaluation. Those bidders who have submitted a tender return will also be invited to interview. The ITT quality questionnaire will be marked and a further mark (for the interview) will be incorporated into the overall ITT quality score. Technical - This section carries a maximum score of 80%. 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 (detailed in above) and the weighting allocated to individual questions. E.g. If a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the response will receive 7.5 percent out of a possible 10 percent. Commercial- This section carries a maximum score of 20 percent. The bidder who submits the lowest cost will be awarded the maximum score (20 percent) and all others awarded a score pro rata, in relation to the lowest bid. The Technical and Commercial scores will be combined to give each bidder an overall total score. Anticipated contract period 115 weeks. Estimated construction cost is c GBP 45m (ex VAT). Estimated cost of services is c GBP 3.5m (ex VAT). It is proposed to appoint a Design Team for all stages to occupation and building-in-use phase however at this time, funding has been approved to progress the project to Concept Design Stage 2/C.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000547258
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR349717
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
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

71220000 - Architectural design services

79415200 - Design consultancy services

Notice Value(s)

Tender Value
£3,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,149,100 £1M-£10M

Notice Dates

Publication Date
26 Mar 20196 years ago
Submission Deadline
6 Aug 2018Expired
Future Notice Date
Not specified
Award Date
5 Mar 20196 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

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Maria Dick
Contact Email
maria.dick@ed.ac.uk
Contact Phone
+44 1316517135

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

Supplier Information

Number of Suppliers
1
Supplier Name

OBERLANDERS ARCHITECTS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN323460
    Design Team for New Medical Teaching Facility for Edinburgh University - The University of Edinburgh wishes to appoint a single design team for a new medical teaching facility at the Edinburgh bioQuarter Campus. The Design Team should consist of Lead Consultant, Architecture Consultant, Specialist Medical Teaching Design consultant, Principal Designer, Sustainability consultant, Civil, Structural, Mechanical and Electrical, Acoustic, Fire Engineers, and Interior Designers (cafe only).The Lead Consultant will be the Architecture Consultants, who will need to have the necessary size and experience for this type of project. The key areas identified and defined in this work are: a) Practical laboratory work, clinical skills and simulation, and anatomy, b) Large group teaching and seminar rooms c) Study spaces d) Social spaces and e) Professional support. Early analysis identifies a gross area of c17,000sqm and estimated construction cost of cGBP 45m. The University will appoint separate Cost Consultant and Landscape Engineer services.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR349717
    Design Team for New Medical Teaching Facility for Edinburgh University - The University of Edinburgh wishes to appoint a single design team for a new medical teaching facility at the Edinburgh bioQuarter Campus. The Design Team should consist of Lead Consultant, Architecture Consultant, Specialist Medical Teaching Design consultant, Principal Designer, Sustainability consultant, Civil, Structural, Mechanical and Electrical, Acoustic, Fire Engineers, and Interior Designers (cafe only).The Lead Consultant will be the Architecture Consultants, who will need to have the necessary size and experience for this type of project. The key areas identified and defined in this work are: a) Practical laboratory work, clinical skills and simulation, and anatomy, b) Large group teaching and seminar rooms c) Study spaces d) Social spaces and e) Professional support. Early analysis identifies a gross area of c17,000sqm and estimated construction cost of cGBP 45m. The University will appoint separate Cost Consultant and Landscape Engineer services.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000547258-2019-03-26T00:00:00Z",
    "date": "2019-03-26T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000547258",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-14",
            "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": "Maria Dick",
                "email": "maria.dick@ed.ac.uk",
                "telephone": "+44 1316517135",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "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-103",
            "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": "Maria Dick",
                "email": "maria.dick@ed.ac.uk",
                "telephone": "+44 1316517135",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Medical Research",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        },
        {
            "id": "org-104",
            "name": "Oberlanders Architects LLP",
            "identifier": {
                "legalName": "Oberlanders Architects LLP"
            },
            "address": {
                "streetAddress": "16 Melville Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH3 7NS"
            },
            "contactPoint": {
                "telephone": "+44 1312259070"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-103"
    },
    "tender": {
        "id": "EC0827",
        "title": "Design Team for New Medical Teaching Facility for Edinburgh University",
        "description": "The University of Edinburgh wishes to appoint a single design team for a new medical teaching facility at the Edinburgh bioQuarter Campus. The Design Team should consist of Lead Consultant, Architecture Consultant, Specialist Medical Teaching Design consultant, Principal Designer, Sustainability consultant, Civil, Structural, Mechanical and Electrical, Acoustic, Fire Engineers, and Interior Designers (cafe only).The Lead Consultant will be the Architecture Consultants, who will need to have the necessary size and experience for this type of project. The key areas identified and defined in this work are: a) Practical laboratory work, clinical skills and simulation, and anatomy, b) Large group teaching and seminar rooms c) Study spaces d) Social spaces and e) Professional support. Early analysis identifies a gross area of c17,000sqm and estimated construction cost of cGBP 45m. The University will appoint separate Cost Consultant and Landscape Engineer services.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79415200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71220000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 3500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2018-08-06T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN323460",
                "documentType": "contractNotice",
                "title": "Design Team for New Medical Teaching Facility for Edinburgh University",
                "description": "The University of Edinburgh wishes to appoint a single design team for a new medical teaching facility at the Edinburgh bioQuarter Campus. The Design Team should consist of Lead Consultant, Architecture Consultant, Specialist Medical Teaching Design consultant, Principal Designer, Sustainability consultant, Civil, Structural, Mechanical and Electrical, Acoustic, Fire Engineers, and Interior Designers (cafe only).The Lead Consultant will be the Architecture Consultants, who will need to have the necessary size and experience for this type of project. The key areas identified and defined in this work are: a) Practical laboratory work, clinical skills and simulation, and anatomy, b) Large group teaching and seminar rooms c) Study spaces d) Social spaces and e) Professional support. Early analysis identifies a gross area of c17,000sqm and estimated construction cost of cGBP 45m. The University will appoint separate Cost Consultant and Landscape Engineer services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN323460",
                "format": "text/html"
            },
            {
                "id": "MAR349717",
                "documentType": "awardNotice",
                "title": "Design Team for New Medical Teaching Facility for Edinburgh University",
                "description": "The University of Edinburgh wishes to appoint a single design team for a new medical teaching facility at the Edinburgh bioQuarter Campus. The Design Team should consist of Lead Consultant, Architecture Consultant, Specialist Medical Teaching Design consultant, Principal Designer, Sustainability consultant, Civil, Structural, Mechanical and Electrical, Acoustic, Fire Engineers, and Interior Designers (cafe only).The Lead Consultant will be the Architecture Consultants, who will need to have the necessary size and experience for this type of project. The key areas identified and defined in this work are: a) Practical laboratory work, clinical skills and simulation, and anatomy, b) Large group teaching and seminar rooms c) Study spaces d) Social spaces and e) Professional support. Early analysis identifies a gross area of c17,000sqm and estimated construction cost of cGBP 45m. The University will appoint separate Cost Consultant and Landscape Engineer services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR349717",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The design team appointment will be via the University's Design Team appointment documentation. We will apply a two-stage Restricted Procedure. Stage 1 - Pre-Qualification via the submission of the completed ESPD (Scotland). Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within Section III 1.1 & 1.2 and Section VI (VI.3) of the Contract Notice. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III and VI of this OJEU Notice Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within Section III 1.3 of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed below. The six highest scoring bidders, scoring 50 percent and above, will be taken through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of candidates meeting the selection criteria is below six, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited (six or less) shall be sufficient to ensure genuine competition. Objective Criteria for Shortlisting - ESPD Section 4C scoring methodology: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. Stage 2 - Invitation to Tender (ITT) The University will evaluate all of the shortlisted bidders/tenderers ITT submissions via undertaking a Technical and Commercial evaluation. Those bidders who have submitted a tender return will also be invited to interview. The ITT quality questionnaire will be marked and a further mark (for the interview) will be incorporated into the overall ITT quality score. Technical - This section carries a maximum score of 80%. 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 (detailed in above) and the weighting allocated to individual questions. E.g. If a question is weighted 10 percent and the submission scores 3 points out of 4 for that question then the response will receive 7.5 percent out of a possible 10 percent. Commercial- This section carries a maximum score of 20 percent. The bidder who submits the lowest cost will be awarded the maximum score (20 percent) and all others awarded a score pro rata, in relation to the lowest bid. The Technical and Commercial scores will be combined to give each bidder an overall total score. Anticipated contract period 115 weeks. Estimated construction cost is c GBP 45m (ex VAT). Estimated cost of services is c GBP 3.5m (ex VAT). It is proposed to appoint a Design Team for all stages to occupation and building-in-use phase however at this time, funding has been approved to progress the project to Concept Design Stage 2/C.",
                "status": "complete",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 870
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                }
            }
        ],
        "contractTerms": {
            "performanceTerms": "As detailed within our ESPD and or ITT documentation"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2018-09-13T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD 4A.1 Statement If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. The overall design team will consist of numerous parties and each party will be required to have the relevant professional or trade register or membership which is applicable to their trade. Within Section 1 item 1.3 of the ESPD Guidance Document,visible to supplier's portal area, we have listed the numerous parties.Bidders must confirm if they hold the particular authorisation or memberships. PCS-T ESPD 4A.2 Statement Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "ESPD 4.B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 1.5 million 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 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance =10 million GBP ESPD 4B.5.2 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Public Liability Insurance = 10 million GBP Professional Indemnity Insurance = 10 million GBP http://www.hse.gov.uk/pubns/hse40.pdf ESPD 4B.6 Statement 2 Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, 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 may 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 may be used to assess financial sustainability."
                },
                {
                    "type": "technical",
                    "description": "DUE TO MAXIMUM WORD /CHARACTER RESTRICTIONS PLACED WITHIN THE PCS CONTRACT NOTICE, YOU ARE ADVISED TO REFER TO THE SELECTION CRITERIA IN THE PROCUREMENT DOCUMENTS.",
                    "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), ESPD 4D.1 2nd Statement Health & Safety The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. ESPD 4D.1.1 1st Statement If the bidder does not hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), The bidder must have the following: Equivalent, 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.1.1 2nd Statement If the bidder does not hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then the bidder must have the following: Equivalent, regularly reviewed and documented policy and procedures for Health and Safety (H and S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "classification": {
            "id": "79415200",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Form of Participation; 2A.17.4 If submitting a joint bid as part of a group, consortium, joint venture or similar arrangement, the Bidder must answers 'yes' and ensure each participant completes the supplier response form attached to section 2A.17.4. Information about reliance on the capabilities of other entities: ESPD 2C.1 If the bidder confirms they rely on the capacities of other entities in order to meet the selection criteria set out under Part IV and the criteria and rules (if any) set out under Part V of the ESPD, the bidder must provide a separate ESPD response setting out the information required under ESPD (Scotland): Part II (sections A and B); Part III exclusion grounds; the relevant part of Section IV selection criteria; and Part V (if applicable) for each of the entities concerned. All Parts must be duly filled in and signed by all of the entities. Financial Turnover: Bidders will be required to have a minimum \"general\" yearly turnover of 1.5 million GBP for the last three years prior to the date of proposed contract award, as well as required minimum insurance levels. Bidders may also be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Sustainable Procurement: The University will include consideration of sustainability in this procurement, including requesting information from bidders of what Fair Work Practices they have in place, which will include consideration of the Living Wage. Detailed information will be contained within our invitation to tender (ITT) documentation. Living Wage: The University of Edinburgh has Living Wage Accreditation and is committed to promoting fair and reasonable remuneration. The University expects this for all workers involved in the delivery of our contracts, including at least the Living Wage for UK-based workers (currently GBP 8.75 per hour according to the Living Wage Foundation, see www.livingwage.org.uk). In addition to consideration of Fair Work Practices, a non-scored Living Wage question will be included within our invitation to tender (ITT) documentation. NOTE: 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 (as indicated in ESPD section 3D). Without prejudice to any relevant obligations, suppliers should note that this includes obligations for certain organisations under: -the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN) - the Equality Act 2010, in regards to the protected characteristics of age, disability, gender reassignment, marriage and civil partnership, pregnancy and maternity, race, religion or belief, sex and sexual orientation (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including 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 of Edinburgh Standard Design Team Terms and Conditions of Contract will apply. (SC Ref:578651)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000547258"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000547258"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "EC0827",
            "suppliers": [
                {
                    "id": "org-104",
                    "name": "Oberlanders Architects LLP"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "EC0827",
            "awardID": "EC0827",
            "status": "active",
            "value": {
                "amount": 3149100,
                "currency": "GBP"
            },
            "dateSigned": "2019-03-05T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 123-279582"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "94",
                "measure": "bids",
                "value": 22,
                "relatedLot": "1"
            }
        ]
    }
}