Award

Supply and Installation of Electronic Door Access System for Chancellor's Court, Pollock Halls.

UNIVERSITY OF EDINBURGH

This public procurement record has 3 releases in its history.

Award

06 May 2019 at 00:00

Tender

13 Feb 2019 at 00:00

Planning

21 Nov 2018 at 00:00

Summary of the contracting process

The University of Edinburgh is conducting a procurement process for the title "Supply and Installation of Electronic Door Access System for Chancellor's Court, Pollock Halls." This project falls under the education industry category and is located in Edinburgh, UK. Currently, the procurement is at the award stage, following the completion of the tender, which began with the publication of a planned notice in November 2018 and involved an open procedure for qualified suppliers. The contract was signed on 6 May 2019, indicating that a supplier has already been selected for the project.

This tender presents significant opportunities for businesses, particularly those specialising in security systems and electronic access technology. Companies with experience in the installation of electronic door access systems in residential environments, especially in educational settings, would be particularly well-suited to participate in future projects of this nature. Furthermore, businesses should demonstrate financial sustainability, meeting insurance requirements, and a proven track record of quality service to compete effectively in such tenders.

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

Supply and Installation of Electronic Door Access System for Chancellor's Court, Pollock Halls.

Notice Description

Accommodation, Catering and Events at The University of Edinburgh will be entering into procurement for the full replacement of an electronic door access system in the Chancellor's Court student residential building at Pollock Halls of Residence. This will include the provision and installation of approximately 528 battery operated bedroom door locks and approximately 95 controller operated access locks. Integration into lift and fire systems will be required. Existing system is Miwa hardware and software installed when the building was constructed in 2003-2004 which is now end of life. Door access hardware and software proposed at tender should be appropriate for campus residential/hospitality use.

Lot Information

Lot 1

Satisfactory completion of the European single procurement document (ESPD) located in the Qualification Questionnaire of PCS-T: INSURANCE : Minimum level of insurance cover required:Public liability insurance for GBP 10m and Employers liability insurance for GBP 10m. FINANCIAL TURNOVER TEST: Bidders will be required to have a minimum "general" yearly turnover of 340 thousand GBP for the last 3 years. Standards Compliance with Statement of Requirements Schedule 3. Within the ESPD Selection Criteria section there will be scored questions and a requirement for bidders to achieve a minimum 50 percentage threshold mark. Each bidder passing the Minimum Standards and achieving a score greater or equal to 50 percent shall only then progress through to the Award Criteria and be subject to a technical and commercial evaluation. It is proposed the ITT award criteria and evaluation process will be split into two stages. Stage 1 - written technical submission (allocated 50 percent of the total available technical score) will be combined with the commercial score and total scores calculated. Bidders who are arithmetically capable of winning the tender shall be invited to participate in Stage 2. Stage 2 will be the presentation/interview (allocated the remaining 50 percent of the total available technical score). Technical Award Criteria Stage 1 (30 percent): - Approach taken to working within a "live" accommodation environment (6 percent) - Installation - method statement and fire safety standards (6 percent) - Technical specifications and product resources (4.5 percent) - Suitability of solution proposed (4.5 percent) - Project Management (6 percent) - Service Support (1.5 percent) - Fair Work Practices (1.5 percent) Technical Award Criteria Stage 2 (30 percent): - Demonstration of software in relation to functional capabilities most important to the project (12 percent) - Demonstration of hardware in relation to functional capabilities most important to the project (12 percent) - Added value - electronic key formats (6 percent) Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks and others a percentage of that mark according to the difference between their bid and the lowest offer. Technical Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. Methodology used for scoring ESPD and ITT Technical criteria questions: 0 Unacceptable- Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor- Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 Acceptable-Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 Good-Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 Excellent-Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. Both Technical & Commercial scores are added together at the end of the evaluation to calculate a winning Bidder.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000565198
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY353484
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)


CPV Codes

44521120 - Electronic security lock

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 May 20196 years ago
Submission Deadline
18 Mar 2019Expired
Future Notice Date
7 Jan 2019Expired
Award Date
6 May 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
Alison Johnson, Maria Dick
Contact Email
alison.johnson@ed.ac.uk, maria.dick@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

Supplier Information

Number of Suppliers
1
Supplier Name

NSP EUROPE LIMITED T/A NSP SECURITY

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV338005
    Supply and Installation of Electronic Door Access System for Chancellor's Court, Pollock Halls. - Accommodation, Catering and Events at The University of Edinburgh will be entering into procurement for the full replacement of an electronic door access system in the Chancellor's Court student residential building at Pollock Halls of Residence. This will include the provision and installation of approximately 528 battery operated bedroom door locks and approximately 95 controller operated access locks. Integration into lift and fire systems will be required. Existing system is Miwa hardware and software installed when the building was constructed in 2003-2004 which is now end of life. Door access hardware and software proposed at tender should be appropriate for campus residential/hospitality use.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB345509
    Supply and Installation of Electronic Door Access System for Chancellor's Court, Pollock Halls. - Accommodation, Catering and Events at The University of Edinburgh will be entering into procurement for the full replacement of an electronic door access system in the Chancellor's Court student residential building at Pollock Halls of Residence. This will include the provision and installation of approximately 528 battery operated bedroom door locks and approximately 95 controller operated access locks. Integration into lift and fire systems will be required. Existing system is Miwa hardware and software installed when the building was constructed in 2003-2004 which is now end of life. Door access hardware and software proposed at tender should be appropriate for campus residential/hospitality use.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY353484
    Supply and Installation of Electronic Door Access System for Chancellor's Court, Pollock Halls. - Accommodation, Catering and Events at The University of Edinburgh will be entering into procurement for the full replacement of an electronic door access system in the Chancellor's Court student residential building at Pollock Halls of Residence. This will include the provision and installation of approximately 528 battery operated bedroom door locks and approximately 95 controller operated access locks. Integration into lift and fire systems will be required. Existing system is Miwa hardware and software installed when the building was constructed in 2003-2004 which is now end of life. Door access hardware and software proposed at tender should be appropriate for campus residential/hospitality use.

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-r6ebe6-0000565198-2019-05-06T00:00:00Z",
    "date": "2019-05-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000565198",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-9",
            "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",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Charitable body, registered in Scotland",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        },
        {
            "id": "org-30",
            "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",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Charitable body, registered in Scotland",
                        "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-233",
            "name": "NSP Europe Limited T/A NSP Security Ltd",
            "identifier": {
                "legalName": "NSP Europe Limited T/A NSP Security Ltd"
            },
            "address": {
                "streetAddress": "5 Devonshire Business Park, 4 Chester Road",
                "locality": "Borehamwood",
                "region": "UK",
                "postalCode": "WD6 1NA"
            },
            "contactPoint": {
                "telephone": "+44 02087360380"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-81"
    },
    "planning": {
        "documents": [
            {
                "id": "NOV338005",
                "documentType": "plannedProcurementNotice",
                "title": "Supply and Installation of Electronic Door Access System for Chancellor's Court, Pollock Halls.",
                "description": "Accommodation, Catering and Events at The University of Edinburgh will be entering into procurement for the full replacement of an electronic door access system in the Chancellor's Court student residential building at Pollock Halls of Residence. This will include the provision and installation of approximately 528 battery operated bedroom door locks and approximately 95 controller operated access locks. Integration into lift and fire systems will be required. Existing system is Miwa hardware and software installed when the building was constructed in 2003-2004 which is now end of life. Door access hardware and software proposed at tender should be appropriate for campus residential/hospitality use.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV338005",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "EC0844",
        "title": "Supply and Installation of Electronic Door Access System for Chancellor's Court, Pollock Halls.",
        "description": "Accommodation, Catering and Events at The University of Edinburgh will be entering into procurement for the full replacement of an electronic door access system in the Chancellor's Court student residential building at Pollock Halls of Residence. This will include the provision and installation of approximately 528 battery operated bedroom door locks and approximately 95 controller operated access locks. Integration into lift and fire systems will be required. Existing system is Miwa hardware and software installed when the building was constructed in 2003-2004 which is now end of life. Door access hardware and software proposed at tender should be appropriate for campus residential/hospitality use.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "44521120",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "goods",
        "lots": [
            {
                "id": "1",
                "description": "Satisfactory completion of the European single procurement document (ESPD) located in the Qualification Questionnaire of PCS-T: INSURANCE : Minimum level of insurance cover required:Public liability insurance for GBP 10m and Employers liability insurance for GBP 10m. FINANCIAL TURNOVER TEST: Bidders will be required to have a minimum \"general\" yearly turnover of 340 thousand GBP for the last 3 years. Standards Compliance with Statement of Requirements Schedule 3. Within the ESPD Selection Criteria section there will be scored questions and a requirement for bidders to achieve a minimum 50 percentage threshold mark. Each bidder passing the Minimum Standards and achieving a score greater or equal to 50 percent shall only then progress through to the Award Criteria and be subject to a technical and commercial evaluation. It is proposed the ITT award criteria and evaluation process will be split into two stages. Stage 1 - written technical submission (allocated 50 percent of the total available technical score) will be combined with the commercial score and total scores calculated. Bidders who are arithmetically capable of winning the tender shall be invited to participate in Stage 2. Stage 2 will be the presentation/interview (allocated the remaining 50 percent of the total available technical score). Technical Award Criteria Stage 1 (30 percent): - Approach taken to working within a \"live\" accommodation environment (6 percent) - Installation - method statement and fire safety standards (6 percent) - Technical specifications and product resources (4.5 percent) - Suitability of solution proposed (4.5 percent) - Project Management (6 percent) - Service Support (1.5 percent) - Fair Work Practices (1.5 percent) Technical Award Criteria Stage 2 (30 percent): - Demonstration of software in relation to functional capabilities most important to the project (12 percent) - Demonstration of hardware in relation to functional capabilities most important to the project (12 percent) - Added value - electronic key formats (6 percent) Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks and others a percentage of that mark according to the difference between their bid and the lowest offer. Technical Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. Methodology used for scoring ESPD and ITT Technical criteria questions: 0 Unacceptable- Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor- Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 Acceptable-Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 Good-Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 Excellent-Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. Both Technical & Commercial scores are added together at the end of the evaluation to calculate a winning Bidder.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 120
                },
                "hasRenewal": false
            }
        ],
        "communication": {
            "futureNoticeDate": "2019-01-07T00:00:00Z",
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "44521120",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-03-18T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-03-18T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB345509",
                "documentType": "contractNotice",
                "title": "Supply and Installation of Electronic Door Access System for Chancellor's Court, Pollock Halls.",
                "description": "Accommodation, Catering and Events at The University of Edinburgh will be entering into procurement for the full replacement of an electronic door access system in the Chancellor's Court student residential building at Pollock Halls of Residence. This will include the provision and installation of approximately 528 battery operated bedroom door locks and approximately 95 controller operated access locks. Integration into lift and fire systems will be required. Existing system is Miwa hardware and software installed when the building was constructed in 2003-2004 which is now end of life. Door access hardware and software proposed at tender should be appropriate for campus residential/hospitality use.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB345509",
                "format": "text/html"
            },
            {
                "id": "MAY353484",
                "documentType": "awardNotice",
                "title": "Supply and Installation of Electronic Door Access System for Chancellor's Court, Pollock Halls.",
                "description": "Accommodation, Catering and Events at The University of Edinburgh will be entering into procurement for the full replacement of an electronic door access system in the Chancellor's Court student residential building at Pollock Halls of Residence. This will include the provision and installation of approximately 528 battery operated bedroom door locks and approximately 95 controller operated access locks. Integration into lift and fire systems will be required. Existing system is Miwa hardware and software installed when the building was constructed in 2003-2004 which is now end of life. Door access hardware and software proposed at tender should be appropriate for campus residential/hospitality use.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY353484",
                "format": "text/html"
            }
        ],
        "bidOpening": {
            "date": "2019-03-18T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "The successful bidder will appoint a dedicated team to work closely with ACE project team and will be required to comply with all requests made by the contracting authority with regards to the following: Pre-starts meeting and weekly progress meetings during installation. Post installation, snagging and defects meetings. Weekly health and safety reports. Minutes to be provided by supplier project manager for all meetings."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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 (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015)."
                },
                {
                    "type": "economic",
                    "description": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 340 000 GBP for the last 3 years. ESPD 4B.5.1 and 4B.5.2 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Public liability insurance for GBP 10 million Employers liability insurance for GBP 10 million ESPD 4B.6 Statements Bidders 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": "NOTE: In PCS-T, responses to [4C.1.2] should be given as clearly labelled attachments to this question. Responses for the remaining 4C questions should be clearly labelled and attached to the General Attachments area in the PCS-T. Suppliers must have regard for all statements when submitting responses. ESPD 4C.1.2 Statement-The bidder is required to provide 3 examples of previous work carried out that demonstrate that they have sourced and installed an electronic door access system in a residential environment of no less than 300 beds in the past 5 years. Reference sites must be provided with agreed contact details. ESPD 4C.4 Statement-Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. ESPD 4C.7 Statement- Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Energy saving features of equipment and power requirement. Lifecycle of equipment & end of life solutions, including batteries and components. ESPD 4C.11 Statement- Bidders confirm that they will provide samples, descriptions and/or photographs of the products to be supplied outlining technical specification and benefits of the units/package selected when requests by the University. ESPD 4C.12 - Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet recognised accreditation or recognised security standards of the locking systems being suggested",
                    "minimum": "ESPD 4D.1 Statements 4D.1 Statement 1 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). 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. ESPD 4D1.1 Statements 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": false
    },
    "language": "EN",
    "description": "This procurement includes additional procurement-specific pass/fail minimum requirements which are detailed in the Qualification Envelope in PCS-T and/or associated attachment. NOTE: Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Forms (MO Excel document) attached to ESPD question 2C.1.1 on PCS-T. These parties must complete the first three sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. 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 additional relevant duties, 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 (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. (SC Ref:581646)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000565198"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000565198"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000565198"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 034-076225"
        }
    ],
    "awards": [
        {
            "id": "EC0844",
            "suppliers": [
                {
                    "id": "org-233",
                    "name": "NSP Europe Limited T/A NSP Security Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "EC0844",
            "awardID": "EC0844",
            "status": "active",
            "dateSigned": "2019-05-06T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "371",
                "measure": "lowestValidBidValue",
                "value": 137000
            },
            {
                "id": "372",
                "measure": "highestValidBidValue",
                "value": 259000
            },
            {
                "id": "373",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "374",
                "measure": "lowestValidBidValue",
                "value": 137000,
                "relatedLot": "1"
            },
            {
                "id": "375",
                "measure": "highestValidBidValue",
                "value": 259000,
                "relatedLot": "1"
            }
        ]
    }
}