Notice Information
Notice Title
Main Boiler Inspect, Test, and Maintenance Services
Notice Description
The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working Order the Main Boiler Units and associated equipment throughout the University of Edinburgh Estate. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. We will apply a two-stage Restricted Procedure. 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 of this Contract Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.
Lot Information
Lot 1
The University of Edinburgh wishes to appoint a single supplier to service, inspect, test and maintain in a good and safe working order the main boiler units and associated equipment on the various systems throughout the University of Edinburgh Estate. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. The proposed contract period is an initial 2 year contract with an option to extend for a further 1+1 year to 2024. We will apply a two stage Restricted procedure. Stage 1- Pre-Qualification via submission of completed ESPD (Scotland). 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 of this OJEU Notice. The responses to these statements will be scored as per the scoring methodology detailed within the tender. We will take the required number of highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. Stage 2 - Invitation to Tender. The University will evaluate all shortlisted bidders ITT submissions via undertaking an 80 percent Technical and 20 percent Commercial evaluation. 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 the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. Price - the bidder who submits the lowest cost will be awarded the maximum score (20 percent) and all other bids awarded a score pro rata, in relation to the lowest bid. The quality and commercial score will be combined to give each bidder an overall total score. The supplier with the highest total score will be deemed to have provided the most economical advantageous tender (MEAT). There is no obligation to include a 10 day standstill period prior to award of contract.. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: Option to extend by a further 24 months in total
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000551619
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN404087
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website 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
50 - Repair and maintenance services
-
- CPV Codes
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £164,000 £100K-£500K
Notice Dates
- Publication Date
- 13 Jan 20215 years ago
- Submission Deadline
- 6 Apr 2020Expired
- Future Notice Date
- 31 Jan 2020Expired
- Award Date
- 1 Nov 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Four years
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
- Maria Dick
- Contact Email
- elizabeth.lebost@ed.ac.uk, maria.dick@ed.ac.uk
- Contact Phone
- +44 1316502508
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=OCT367631
Main Boiler Inspect, Test, and Maintenance Services - The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working Order the Main Boiler Units and associated equipment throughout the University of Edinburgh Estate. This will ensure that the equipment is maintained to the highest standard, reducing unscheduled downtime, improving reliability and reducing energy consumption, running costs and delivering optimum performance from the equipment. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR382356
Main Boiler Inspect, Test, and Maintenance Services - The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working Order the Main Boiler Units and associated equipment throughout the University of Edinburgh Estate. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. We will apply a two-stage Restricted Procedure. 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 of this Contract Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN404087
Main Boiler Inspect, Test, and Maintenance Services - The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working Order the Main Boiler Units and associated equipment throughout the University of Edinburgh Estate. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. We will apply a two-stage Restricted Procedure. 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 of this Contract Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.
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-r6ebe6-0000551619-2021-01-13T00:00:00Z",
"date": "2021-01-13T00:00:00Z",
"ocid": "ocds-r6ebe6-0000551619",
"initiationType": "tender",
"parties": [
{
"id": "org-22",
"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 1316502508",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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-145",
"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 1316502508",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"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-19",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-99",
"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": {
"email": "elizabeth.lebost@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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-355",
"name": "Richard Irvin FM Limited",
"identifier": {
"legalName": "Richard Irvin FM Limited"
},
"address": {
"streetAddress": "Unit A1 City South Office Park , Portlethen",
"locality": "Aberdeen",
"region": "UK",
"postalCode": "AB12 4XX"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-5",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-99"
},
"planning": {
"documents": [
{
"id": "OCT367631",
"documentType": "plannedProcurementNotice",
"title": "Main Boiler Inspect, Test, and Maintenance Services",
"description": "The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working Order the Main Boiler Units and associated equipment throughout the University of Edinburgh Estate. This will ensure that the equipment is maintained to the highest standard, reducing unscheduled downtime, improving reliability and reducing energy consumption, running costs and delivering optimum performance from the equipment.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT367631",
"format": "text/html"
}
]
},
"tender": {
"id": "LIT0528",
"title": "Main Boiler Inspect, Test, and Maintenance Services",
"description": "The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working Order the Main Boiler Units and associated equipment throughout the University of Edinburgh Estate. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. We will apply a two-stage Restricted Procedure. 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 of this Contract Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "services",
"lots": [
{
"id": "1",
"description": "The University of Edinburgh wishes to appoint a single supplier to service, inspect, test and maintain in a good and safe working order the main boiler units and associated equipment on the various systems throughout the University of Edinburgh Estate. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. The proposed contract period is an initial 2 year contract with an option to extend for a further 1+1 year to 2024. We will apply a two stage Restricted procedure. Stage 1- Pre-Qualification via submission of completed ESPD (Scotland). 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 of this OJEU Notice. The responses to these statements will be scored as per the scoring methodology detailed within the tender. We will take the required number of highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. Stage 2 - Invitation to Tender. The University will evaluate all shortlisted bidders ITT submissions via undertaking an 80 percent Technical and 20 percent Commercial evaluation. 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 the submission scores 3 points out of 4 for that question then the score achieved will be 7.5 percent out of a possible 10 percent. Price - the bidder who submits the lowest cost will be awarded the maximum score (20 percent) and all other bids awarded a score pro rata, in relation to the lowest bid. The quality and commercial score will be combined to give each bidder an overall total score. The supplier with the highest total score will be deemed to have provided the most economical advantageous tender (MEAT). There is no obligation to include a 10 day standstill period prior to award of contract.. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend by a further 24 months in total"
}
}
],
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"futureNoticeDate": "2020-01-31T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"classification": {
"id": "50000000",
"scheme": "CPV"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2020-04-06T12:00:00Z"
},
"documents": [
{
"id": "MAR382356",
"documentType": "contractNotice",
"title": "Main Boiler Inspect, Test, and Maintenance Services",
"description": "The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working Order the Main Boiler Units and associated equipment throughout the University of Edinburgh Estate. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. We will apply a two-stage Restricted Procedure. 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 of this Contract Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR382356",
"format": "text/html"
},
{
"id": "JAN404087",
"documentType": "awardNotice",
"title": "Main Boiler Inspect, Test, and Maintenance Services",
"description": "The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working Order the Main Boiler Units and associated equipment throughout the University of Edinburgh Estate. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. We will apply a two-stage Restricted Procedure. 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 of this Contract Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN404087",
"format": "text/html"
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Full details are provided with the Statement of Requirements; Briefing Document, section Contract Performance including SLA's."
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2020-05-27T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "ESPD 4A.2 Statement [SERVICE CONTRACTS ONLY] 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",
"minimum": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 82,000 GBP for the last 3 years. ESPD 4B.5.1 and 4B.5.2 Statements 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 = 5,000,000 GBP Public Liability Insurance = 10,000,000 GBP Professional Indemnity Insurance = 2,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf 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. 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": "ESPD ref. 4C1.2 Statement 1. Weighting of 45 percent, comprising 15 percent for each of the three examples. Bidders will be required to provide three examples of works carried out during the past three years that demonstrate that you have experience to deliver the works described in the OJEU Contract Notice which are similar in value and complexity of estate / system. Bidder's examples should include, but not but limited to, the following details in their service provision examples: Detailed description of the service (including detail of whether the service was planned or reactive) Value of the contract/service Contract period Complexity of estate / system served (e.g. district heating, continuous heating demand systems) Description of any reactive / replacement installation service provided (including what elements of work are sub-contracted). ESPD ref. 4C1.2 Statement 2.Weighting of 15 percent A proven ability to manage the various elements of service delivery of this contract should be evidenced. Based on the examples described in Question 1 above, Bidders are required to describe what their practical methods were for managing the following aspects of their contract: Accuracy of recording of work undertaken Quality of finished work presented for inspection by the customer, including management of any sub-contractors' work involvement Communication with all stakeholders, including customers' staff and all interested third parties Management and rectification of any defects identified by the customers' contract management staff. Responsiveness to high priority call outs. ESPD ref. 4C1.2 Statement 3. Weighting of 15 percent A positive health and safety culture is of paramount importance to the University. Bidders are required to describe how they have pro-actively managed the Health & Safety issues of current and past contracts, with particular emphasis on the safety of employees and all third parties affected by their works. Responses should identify any examples of work within sensitive or hazardous environments, e.g. areas where asbestos may be present, etc. Bidders must note any HSE Enforcement Notices received in the last 5 years. ESPD Ref. 4C.6 Weighting of 10 percent Bidders are required to demonstrate that they have the relevant qualifications; continued professional development and competence within their team to deliver contracts similar in size and complexity to this contract (refer to the Qualification clauses of the ITT document), including their management procedures. Your response should include information about how your contract managers are developed and supported in their role. ESPD ref. 4C.10 Weighting of 15 percent State in detail the principal business activities of your organisation, highlighting the portion that is directly related to the Service and Maintenance of major boiler plant, including the most recent annual turnover, as defined in the Contract. Should your organisation propose to sub-contract any part of this Contract then please provide further information on the scope and split which will be applicable to all parties. Bidders should set out how they would undertake any instructed repair and replacement works.",
"minimum": "ESPD 4A.2 Statement Bidders must be Gas Safe Registered and Current Gas Safe Membership Certificate to be provided with submission. Gas Engineers must be Gas Safe Registered and Suitably qualified to work on Medium Pressure Systems. Bidders must confirm they conform to this mandatory requirement. Bidders must confirm that they can obtain Original Equipment Manufacturers spare parts for all equipment listed within the statement of requirements. 4D.1 Statement 2 Health and 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, in 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. 4D.1.1 Statement 1 Quality Management: 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: Equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented items relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above -- a policy with set responsibilities, review and improvement procedures, quality management and performance process, workforce training, skills and information process, monitoring arrangements, bidder quality management arrangements, and a process for managing complaints. 4D1.1 Statement 2 Health and Safety: 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, in 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&S) management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above -ensuring H&S effectiveness, obtaining H&S advice and assistance, training, skills and information for bidder workforce, workforce H&S qualifications, checking and reviewing H&S performance, involving workforce in planning and implementation, recording accidents/incidents and follow-up actions, ensuring bidder's suppliers apply H&S appropriate measures, risk assessment, and coordinating with bidder's suppliers. NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement. 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: Equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above - ensuring effectiveness of measures and reducing impacts, workforce training and skills, checking and reviewing, dealing with waste, and ensuring any suppliers the bidders engages apply appropriate environmental protection measures."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"hasRecurrence": true,
"recurrence": {
"description": "Four years"
}
},
"language": "EN",
"description": "The estimated contract value includes an estimate for PPM and Remedial services over a total 4 year period (including extension options). (SC Ref:641009)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000551619"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000551619"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000551619"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "LIT0528",
"suppliers": [
{
"id": "org-355",
"name": "Richard Irvin FM Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "LIT0528",
"awardID": "LIT0528",
"status": "active",
"value": {
"amount": 164000,
"currency": "GBP"
},
"dateSigned": "2020-11-01T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "956",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "957",
"measure": "smeBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "958",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "959",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "960",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
}
]
}
}