Notice Information
Notice Title
Queen Margaret University Integrated Facilities Mangement
Notice Description
Queen Margaret University is nearing the end of its existing contractual arrangements for the provision of certain, key FM services and is therefore taking the opportunity to review its overall FM service delivery strategy. Current arrangements for the delivery of services include - Soft FM Services - Cleaning / Window Cleaning / Hygiene / Pest Control / Grounds - Hard FM Services - Mechanical, Electrical and Fabric Maintenance - Security Services - Manned Guarding / Front-of-House This is not an exhaustive list and does not represent the entire scope of service requirements. The future delivery model envisages an increasingly integrated FM service and includes some elements that are currently being delivered in-house. The delivery model is to provide for flexible working arrangements that allow significant levels of cross-working and integration between the various service elements and the associated staff
Lot Information
Lot 1
The University is looking to enter into a potential 8 year partnership. A primary objective of the University is to deliver a comprehensive, customer focused service. An integrated FM service would have the benefit of bringing together existing services in a one team approach whilst removing barriers to flexible service delivery. The service model currently utilised by QMU in security and facilities support was shaped by the initial demands of operation of the campus at Craighall following relocation whilst importing the traditional function line of the delivery structure. The total estimated magnitude of this contract is 7M GBP. Objective Criteria for Shortlisting - ESPD Section 4C scoring method: 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 1 - ESPD SHORTLIST TO 6 BIDDERS STAGE 2 - ISSUE OF ITT TO QUALIFIED BIDDERS STAGE 2 - NEGOTIATION PHASE WITH 3 BIDDERS STAGE 3 - NEGOTIATION PHASE WITH 3 BIDDERS STAGE 4 - NEGOTIATION PHASE WITH 3 BIDDERS STAGE 5 - INVITATION TO SUBMIT FINAL TENDER (ISFT) FINAL STAGE - CONTRACT AWARD The University reserves the right to award at any stage detailed above. The University reserves the right to disqualify any bidder at any stage where it is not possible to reach agreement on contractual terms.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: 5 years with the option to extend for a further 2 years plus 1 year
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000566274
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386811
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79993000 - Building and facilities management services
79993100 - Facilities management services
Notice Value(s)
- Tender Value
- £7,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £5,826,635 £1M-£10M
Notice Dates
- Publication Date
- 18 May 20205 years ago
- Submission Deadline
- 30 Jan 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 15 Jan 20206 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Should the maximum number of extensions be exercised (5+2+1) this contract will be due for renewal in 2027.
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
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
- TLM73 East Lothian and Midlothian
-
- 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=DEC340042
Queen Margaret University Integrated Facilities Mangement - Queen Margaret University is nearing the end of its existing contractual arrangements for the provision of certain, key FM services and is therefore taking the opportunity to review its overall FM service delivery strategy. Current arrangements for the delivery of services include - Soft FM Services - Cleaning / Window Cleaning / Hygiene / Pest Control / Grounds - Hard FM Services - Mechanical, Electrical and Fabric Maintenance - Security Services - Manned Guarding / Front-of-House This is not an exhaustive list and does not represent the entire scope of service requirements. The future delivery model envisages an increasingly integrated FM service and includes some elements that are currently being delivered in-house. The delivery model is to provide for flexible working arrangements that allow significant levels of cross-working and integration between the various service elements and the associated staff -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386811
Queen Margaret University Integrated Facilities Mangement - Queen Margaret University is nearing the end of its existing contractual arrangements for the provision of certain, key FM services and is therefore taking the opportunity to review its overall FM service delivery strategy. Current arrangements for the delivery of services include - Soft FM Services - Cleaning / Window Cleaning / Hygiene / Pest Control / Grounds - Hard FM Services - Mechanical, Electrical and Fabric Maintenance - Security Services - Manned Guarding / Front-of-House This is not an exhaustive list and does not represent the entire scope of service requirements. The future delivery model envisages an increasingly integrated FM service and includes some elements that are currently being delivered in-house. The delivery model is to provide for flexible working arrangements that allow significant levels of cross-working and integration between the various service elements and the associated staff
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-r6ebe6-0000566274-2020-05-18T00:00:00Z",
"date": "2020-05-18T00:00:00Z",
"ocid": "ocds-r6ebe6-0000566274",
"initiationType": "tender",
"parties": [
{
"id": "org-36",
"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": "Andrew Helmn",
"email": "andrew.helmn@ed.ac.uk",
"telephone": "+44 1316509158",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
},
{
"id": "Charitable body, registered in Scotland",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-89",
"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": "katie.bisset@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "http://"
},
"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-119",
"name": "Atalian Servest AMK Ltd.",
"identifier": {
"legalName": "Atalian Servest AMK Ltd."
},
"address": {
"streetAddress": "42 Dryden Road, Bilston Industrial Estate",
"locality": "Loanhead",
"region": "UK",
"postalCode": "EH20 9LZ"
},
"contactPoint": {
"telephone": "+44 1314406000"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-32",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-89"
},
"tender": {
"id": "EC0838",
"title": "Queen Margaret University Integrated Facilities Mangement",
"description": "Queen Margaret University is nearing the end of its existing contractual arrangements for the provision of certain, key FM services and is therefore taking the opportunity to review its overall FM service delivery strategy. Current arrangements for the delivery of services include - Soft FM Services - Cleaning / Window Cleaning / Hygiene / Pest Control / Grounds - Hard FM Services - Mechanical, Electrical and Fabric Maintenance - Security Services - Manned Guarding / Front-of-House This is not an exhaustive list and does not represent the entire scope of service requirements. The future delivery model envisages an increasingly integrated FM service and includes some elements that are currently being delivered in-house. The delivery model is to provide for flexible working arrangements that allow significant levels of cross-working and integration between the various service elements and the associated staff",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "79993100",
"scheme": "CPV"
},
{
"id": "79993000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Queen Margaret University Campus"
},
"deliveryAddresses": [
{
"region": "UKM73"
},
{
"region": "UKM73"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 7000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2019-01-30T12:00:00Z"
},
"documents": [
{
"id": "DEC340042",
"documentType": "contractNotice",
"title": "Queen Margaret University Integrated Facilities Mangement",
"description": "Queen Margaret University is nearing the end of its existing contractual arrangements for the provision of certain, key FM services and is therefore taking the opportunity to review its overall FM service delivery strategy. Current arrangements for the delivery of services include - Soft FM Services - Cleaning / Window Cleaning / Hygiene / Pest Control / Grounds - Hard FM Services - Mechanical, Electrical and Fabric Maintenance - Security Services - Manned Guarding / Front-of-House This is not an exhaustive list and does not represent the entire scope of service requirements. The future delivery model envisages an increasingly integrated FM service and includes some elements that are currently being delivered in-house. The delivery model is to provide for flexible working arrangements that allow significant levels of cross-working and integration between the various service elements and the associated staff",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340042",
"format": "text/html"
},
{
"id": "MAY386811",
"documentType": "awardNotice",
"title": "Queen Margaret University Integrated Facilities Mangement",
"description": "Queen Margaret University is nearing the end of its existing contractual arrangements for the provision of certain, key FM services and is therefore taking the opportunity to review its overall FM service delivery strategy. Current arrangements for the delivery of services include - Soft FM Services - Cleaning / Window Cleaning / Hygiene / Pest Control / Grounds - Hard FM Services - Mechanical, Electrical and Fabric Maintenance - Security Services - Manned Guarding / Front-of-House This is not an exhaustive list and does not represent the entire scope of service requirements. The future delivery model envisages an increasingly integrated FM service and includes some elements that are currently being delivered in-house. The delivery model is to provide for flexible working arrangements that allow significant levels of cross-working and integration between the various service elements and the associated staff",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386811",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University is looking to enter into a potential 8 year partnership. A primary objective of the University is to deliver a comprehensive, customer focused service. An integrated FM service would have the benefit of bringing together existing services in a one team approach whilst removing barriers to flexible service delivery. The service model currently utilised by QMU in security and facilities support was shaped by the initial demands of operation of the campus at Craighall following relocation whilst importing the traditional function line of the delivery structure. The total estimated magnitude of this contract is 7M GBP. Objective Criteria for Shortlisting - ESPD Section 4C scoring method: 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 1 - ESPD SHORTLIST TO 6 BIDDERS STAGE 2 - ISSUE OF ITT TO QUALIFIED BIDDERS STAGE 2 - NEGOTIATION PHASE WITH 3 BIDDERS STAGE 3 - NEGOTIATION PHASE WITH 3 BIDDERS STAGE 4 - NEGOTIATION PHASE WITH 3 BIDDERS STAGE 5 - INVITATION TO SUBMIT FINAL TENDER (ISFT) FINAL STAGE - CONTRACT AWARD The University reserves the right to award at any stage detailed above. The University reserves the right to disqualify any bidder at any stage where it is not possible to reach agreement on contractual terms.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 3
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "5 years with the option to extend for a further 2 years plus 1 year"
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "As detailed within ITT package"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2019-03-06T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "List and brief description of conditions: ESPD 4A.2 Statement Bidders must confirm that that hold relevant corporate membership of the Scottish Electrical Contractors Association (SELECT) or National Inspection Council for Electrical Installation Contracting (NICEIC) or equivalent. Bidders must confirm they are a Security Industry Authority (SIA) Approved Contractor or equivalent."
},
{
"type": "economic",
"description": "ESPD 4B.1.1 Statement The bidder should provide its (\"general\") yearly turnover for the number of financial years specified in the relevant Contract Notice: ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of threshold value of 14,000,000 GBP for the last three years prior to the date of proposed contract award ESPD 4B.3 Statement Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. ESPD 4B.5.1 and 4B.5.2 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 million GBP Public Liability Insurance: 10 million GBP Professional Indemnity Insurance: 1 million GBP. ESPD 4B.6 Statements 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. 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 - Net 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 4C.1.2 Statement 1 Bidders are required to provide three examples of services carried-out during the past three years that demonstrate their experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice which are similar in value and nature. Weighting 45percent(15percent weighting per example) ESPD 4C.1.2 Statement 2 For information only - Community benefits requirements will be included in this contract. Please indicate your experience in delivering additional social, economic, or environmental community benefits in the performance of similar previous contracts, including information about how you achieved these commitments. For information only ESPD 4C.2 Statement 1 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 nature to this contract. For information only ESPD 4C.2 Statement 2 Provide details of your Health and Safety performance over the last three years, including numbers of accidents, near misses, cases of ill health and any action the HSE has taken against you. Please also detail what provisions were put in place as a result of any incidents. If you have had no accidents/near misses etc. in the last three years, please detail what provisions you have in place to ensure this is maintained. Weighting 10percent ESPD 4C.3 Statement 1 Please provide an example Service Level Agreement (SLA) which your organisation commits to with other customers which includes the following as a minimum (this list is not exhaustive); response times to breakdowns, customer satisfaction, handling of complaints, financial management. Please describe how you ensure you meet those levels through training, recruitment, communication etc. Bidders will be evaluated on the practices they have in place to ensure they meet the SLA example provided. Weighting 10percent ESPD 4C.4 Bidders are required to provide details of how they manage reporting with other customers including details of monitoring the work through KPIs. Your response should include a flow chart highlighting the adopted procedure. Please provide detail of what measures are in place to ensure reporting is completed on time and to a high standard. Weighting 10percent ESPD 4C.7 Statement 1 Bidders are required to provide details of their current environmental management measures with regards to the disposal of waste including any hazardous materials, when performing a contract Weighting 10percent ESPD 4C.7 Statement 2 Bidders are required to provide details of their current environmental management measures with regards to reducing their carbon impact. Weighting 5percent ESPD 4C.9 Statement 1 Bidders are required to provide details of how they manage reporting with other customers including details of any electronic systems. Your response should include a reporting tree. Please provide details of what measures are in place to ensure reporting is completed on time and to a high standard. Weighting 10percent",
"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 & 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 Statements 4D.1.1 Statement 1: 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, 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. 4D.1.1 Statement 2: 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&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"
]
},
"classification": {
"id": "79993100",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Should the maximum number of extensions be exercised (5+2+1) this contract will be due for renewal in 2027."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Fair Work Practices The University will be evaluating bidders approaches to promoting Fair Work Practices for workers involved in the delivery of this project. Exclusion Grounds and Modern Slavery Queen Margaret University is committed to protecting and respecting human rights and has a zero tolerance approach to slavery and human trafficking in all its forms. The University is also committed to promoting fair working practices and embedding Equality and Diversity across all its work. 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 Equalities 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 certain organisations. (SC Ref:620866)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000566274"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000566274"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC0838",
"suppliers": [
{
"id": "org-119",
"name": "Atalian Servest AMK Ltd."
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0838",
"awardID": "EC0838",
"status": "active",
"value": {
"amount": 5826635.71,
"currency": "GBP"
},
"dateSigned": "2020-01-15T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 242-552943"
}
],
"bids": {
"statistics": [
{
"id": "175",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "176",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "177",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "178",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "179",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}