Notice Information
Notice Title
LIT0638 Sprinkler Systems Servicing and Maintenance
Notice Description
The University of Edinburgh will be going out to tender in the next month looking to procure the services of a single supplier to provide comprehensive inspection, maintenance and reactive works covering the sprinkler fire protection systems located in various buildings throughout the University's Estate. All works will need to be carried out in line with the University's schedules, the manufacturer's recommendations and in accordance with BS EN 12845, BS 9251 2014 and BS 9252 2011. The selected supplier is required to be a member of the British Automatic Fire Sprinkler Association (BAFSA) or equivalent and certified (listed) by the LPCB at Level 3 (minimum) under the LPS 1048 scheme for the approval of Sprinkler System Contractors in the UK and Ireland. The University of Edinburgh has four buildings which are equipped with sprinkler fire protection systems and a single water mist fire suppression system installed at one premise. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the tender in PCS-T.
Lot Information
Lot 1
It is proposed this procurement will be conducted through the use of the Open Procedure. The evaluation will be contain three stages as follows Stage 1 - the ESPD will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. There is also a requirement to meet Technical Minimum Standards located in the Technical Questionnaire of PCS-T . These 3 questions are Pass/Fail criteria relating to firstly technical and professional ability, secondly relevant qualifications, continued professional development and competence and thirdly member of the British Automatic Fire Sprinkler Association (BAFSA) or equivalent and certification (listed) by the LPCB at Level 3 (minimum) (LPS 1048 Requirements for the approval of Sprinkler System Contractors in the UK and Ireland). Stage 2 - Technical (Quality) questions are allocated a total weighting of 80 percent. 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. Bids will be required to achieve a minimum technical threshold score of 50 percent or more of the technical score (80 percent) in order to progress to the final stage of evaluation. Stage 3 - the Commercial (Price) questions are allocated a total weighting of 20 percent. The bidder who submits the lowest price will be awarded the maximum score (20 percent) and all other bids awarded a score pro rata, in relation to the lowest bid. Both Technical & Commercial scores will be added together at the end of the evaluation process to calculate the most economically advantageous tender.. 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 for a period of up to a further 24 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000617728
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB407830
- 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
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
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
- £120,000 £100K-£500K
Notice Dates
- Publication Date
- 24 Feb 20215 years ago
- Submission Deadline
- 19 Oct 2020Expired
- Future Notice Date
- 20 Apr 2020Expired
- Award Date
- 2 Feb 20215 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Six months prior to contract expiry date.
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
- 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=MAR383228
LIT0638 Sprinkler Systems Servicing and Maintenance - The University of Edinburgh will be going out to tender in the next month looking to procure the services of a single supplier to provide comprehensive inspection, maintenance and reactive works covering the sprinkler fire protection systems located in various buildings throughout the University's Estate. All works will need to be carried out in line with the University's schedules, the manufacturer's recommendations and in accordance with BS EN 12845, BS 9251: 2014 and BS 9252: 2011. The selected supplier is required to be a member of the British Automatic Fire Sprinkler Association (BAFSA) and certified (listed) by the LPCB at Level 3 (minimum) under the LPS 1048 scheme for the approval of Sprinkler System Contractors in the UK and Ireland. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP395111
LIT0638 Sprinkler Systems Servicing and Maintenance - The University of Edinburgh will be going out to tender in the next month looking to procure the services of a single supplier to provide comprehensive inspection, maintenance and reactive works covering the sprinkler fire protection systems located in various buildings throughout the University's Estate. All works will need to be carried out in line with the University's schedules, the manufacturer's recommendations and in accordance with BS EN 12845, BS 9251 2014 and BS 9252 2011. The selected supplier is required to be a member of the British Automatic Fire Sprinkler Association (BAFSA) or equivalent and certified (listed) by the LPCB at Level 3 (minimum) under the LPS 1048 scheme for the approval of Sprinkler System Contractors in the UK and Ireland. The University of Edinburgh has four buildings which are equipped with sprinkler fire protection systems and a single water mist fire suppression system installed at one premise. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the tender in PCS-T. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB407830
LIT0638 Sprinkler Systems Servicing and Maintenance - The University of Edinburgh will be going out to tender in the next month looking to procure the services of a single supplier to provide comprehensive inspection, maintenance and reactive works covering the sprinkler fire protection systems located in various buildings throughout the University's Estate. All works will need to be carried out in line with the University's schedules, the manufacturer's recommendations and in accordance with BS EN 12845, BS 9251 2014 and BS 9252 2011. The selected supplier is required to be a member of the British Automatic Fire Sprinkler Association (BAFSA) or equivalent and certified (listed) by the LPCB at Level 3 (minimum) under the LPS 1048 scheme for the approval of Sprinkler System Contractors in the UK and Ireland. The University of Edinburgh has four buildings which are equipped with sprinkler fire protection systems and a single water mist fire suppression system installed at one premise. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the tender in PCS-T.
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-r6ebe6-0000617728-2021-02-24T00:00:00Z",
"date": "2021-02-24T00:00:00Z",
"ocid": "ocds-r6ebe6-0000617728",
"initiationType": "tender",
"parties": [
{
"id": "org-8",
"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": "mmaican@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-52",
"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": "Billy Robertson",
"email": "Billy.robertson@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"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-13",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-66",
"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": "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-67",
"name": "Tyco Fire and Integrated Solutions",
"identifier": {
"legalName": "Tyco Fire and Integrated Solutions"
},
"address": {
"streetAddress": "44 Kilmartin Drive, Uddingston",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G71 5PH"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-3",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "Chamber Street",
"locality": "Edinburgh"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-66"
},
"planning": {
"documents": [
{
"id": "MAR383228",
"documentType": "plannedProcurementNotice",
"title": "LIT0638 Sprinkler Systems Servicing and Maintenance",
"description": "The University of Edinburgh will be going out to tender in the next month looking to procure the services of a single supplier to provide comprehensive inspection, maintenance and reactive works covering the sprinkler fire protection systems located in various buildings throughout the University's Estate. All works will need to be carried out in line with the University's schedules, the manufacturer's recommendations and in accordance with BS EN 12845, BS 9251: 2014 and BS 9252: 2011. The selected supplier is required to be a member of the British Automatic Fire Sprinkler Association (BAFSA) and certified (listed) by the LPCB at Level 3 (minimum) under the LPS 1048 scheme for the approval of Sprinkler System Contractors in the UK and Ireland.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR383228",
"format": "text/html"
}
]
},
"tender": {
"id": "LIT0638",
"title": "LIT0638 Sprinkler Systems Servicing and Maintenance",
"description": "The University of Edinburgh will be going out to tender in the next month looking to procure the services of a single supplier to provide comprehensive inspection, maintenance and reactive works covering the sprinkler fire protection systems located in various buildings throughout the University's Estate. All works will need to be carried out in line with the University's schedules, the manufacturer's recommendations and in accordance with BS EN 12845, BS 9251 2014 and BS 9252 2011. The selected supplier is required to be a member of the British Automatic Fire Sprinkler Association (BAFSA) or equivalent and certified (listed) by the LPCB at Level 3 (minimum) under the LPS 1048 scheme for the approval of Sprinkler System Contractors in the UK and Ireland. The University of Edinburgh has four buildings which are equipped with sprinkler fire protection systems and a single water mist fire suppression system installed at one premise. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the tender in PCS-T.",
"status": "complete",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "Edinburgh"
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1",
"additionalClassifications": [
{
"id": "50000000",
"scheme": "CPV"
}
]
}
],
"mainProcurementCategory": "services",
"lots": [
{
"id": "1",
"description": "It is proposed this procurement will be conducted through the use of the Open Procedure. The evaluation will be contain three stages as follows Stage 1 - the ESPD will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. There is also a requirement to meet Technical Minimum Standards located in the Technical Questionnaire of PCS-T . These 3 questions are Pass/Fail criteria relating to firstly technical and professional ability, secondly relevant qualifications, continued professional development and competence and thirdly member of the British Automatic Fire Sprinkler Association (BAFSA) or equivalent and certification (listed) by the LPCB at Level 3 (minimum) (LPS 1048 Requirements for the approval of Sprinkler System Contractors in the UK and Ireland). Stage 2 - Technical (Quality) questions are allocated a total weighting of 80 percent. 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. Bids will be required to achieve a minimum technical threshold score of 50 percent or more of the technical score (80 percent) in order to progress to the final stage of evaluation. Stage 3 - the Commercial (Price) questions are allocated a total weighting of 20 percent. The bidder who submits the lowest price will be awarded the maximum score (20 percent) and all other bids awarded a score pro rata, in relation to the lowest bid. Both Technical & Commercial scores will be added together at the end of the evaluation process to calculate the most economically advantageous tender.. 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,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a period of up to a further 24 months."
}
}
],
"communication": {
"futureNoticeDate": "2020-04-20T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"classification": {
"id": "50000000",
"scheme": "CPV"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-10-19T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-10-19T12:00:00Z"
},
"documents": [
{
"id": "SEP395111",
"documentType": "contractNotice",
"title": "LIT0638 Sprinkler Systems Servicing and Maintenance",
"description": "The University of Edinburgh will be going out to tender in the next month looking to procure the services of a single supplier to provide comprehensive inspection, maintenance and reactive works covering the sprinkler fire protection systems located in various buildings throughout the University's Estate. All works will need to be carried out in line with the University's schedules, the manufacturer's recommendations and in accordance with BS EN 12845, BS 9251 2014 and BS 9252 2011. The selected supplier is required to be a member of the British Automatic Fire Sprinkler Association (BAFSA) or equivalent and certified (listed) by the LPCB at Level 3 (minimum) under the LPS 1048 scheme for the approval of Sprinkler System Contractors in the UK and Ireland. The University of Edinburgh has four buildings which are equipped with sprinkler fire protection systems and a single water mist fire suppression system installed at one premise. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the tender in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP395111",
"format": "text/html"
},
{
"id": "FEB407830",
"documentType": "awardNotice",
"title": "LIT0638 Sprinkler Systems Servicing and Maintenance",
"description": "The University of Edinburgh will be going out to tender in the next month looking to procure the services of a single supplier to provide comprehensive inspection, maintenance and reactive works covering the sprinkler fire protection systems located in various buildings throughout the University's Estate. All works will need to be carried out in line with the University's schedules, the manufacturer's recommendations and in accordance with BS EN 12845, BS 9251 2014 and BS 9252 2011. The selected supplier is required to be a member of the British Automatic Fire Sprinkler Association (BAFSA) or equivalent and certified (listed) by the LPCB at Level 3 (minimum) under the LPS 1048 scheme for the approval of Sprinkler System Contractors in the UK and Ireland. The University of Edinburgh has four buildings which are equipped with sprinkler fire protection systems and a single water mist fire suppression system installed at one premise. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the tender in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB407830",
"format": "text/html"
}
],
"bidOpening": {
"date": "2020-10-19T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "As detailed within the tender document Schedule 3 statement of Requirement Brief v7"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders shall confirm that they hold the following qualifications: Member of the British Automatic Fire Sprinkler Association (BAFSA) or equivalent. Certification (listed) by the LPCB at Level 3 (minimum) (LPS 1048 Requirements for the approval of Sprinkler System Contractors in the UK and Ireland)."
},
{
"type": "economic",
"description": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum general yearly turnover of 74,000 GBP for the last 3 years. ESPD 4B.3 Statement Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. ESPD 4B.5.1 and 4B.5.2 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance 10,000,000 GBP Public/Product Liability Insurance 5,000,000 GBP Professional Indemnity Insurance 2,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf 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": "ESPD Section 4C TECHNICAL AND PROFESSIONAL ABILITY Please note: Q1. Bidders will be required to provide three examples of works carried out during the past three years that demonstrate that they have experience to deliver the works described in the PCS Contract Notice which are similar in value and complexity of estate. Bidder's examples should include but are not 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 managed Description of any reactive / replacement installation service provided Details of multi/complex stakeholder engagement In order to ensure that newer or start-up companies have a chance to demonstrate any experience relevant to the current requirement, examples may be provided from: Within their organisation (bidders may rely on the experience of personnel that they intend to use to carry out the current requirement, even if that experience was gained whilst working for a different organisation) Other consortium members (where a consortium bid is being proposed) Named subcontractors upon whose capacity and capability the bidder is relying in order to meet the selection criteria (where subcontractors are being used and their identity is known at the selection stage) Bidders should be aware that they may be asked to confirm prior to award that there has been no material change to the skills, experience and resources available to them since submitting their ESPD response. Q2. Bidders will be required to demonstrate that they have the relevant qualifications, continued professional development and competence within their team to deliver a contract which is similar in size and complexity. Bidders' response should include information about the knowledge, skills and experience their nominated contract managers and team have to undertake their role.",
"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"
]
},
"hasRecurrence": true,
"recurrence": {
"description": "Six months prior to contract expiry date."
}
},
"language": "EN",
"description": "Total contract value based on PPM and forecast spend for Remedial services over 4 year term (including extensions). (SC Ref:645407)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000617728"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000617728"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000617728"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "LIT0638",
"suppliers": [
{
"id": "org-67",
"name": "Tyco Fire and Integrated Solutions"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "LIT0638",
"awardID": "LIT0638",
"status": "active",
"value": {
"amount": 120000,
"currency": "GBP"
},
"dateSigned": "2021-02-02T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "147",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "148",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "149",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "150",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "151",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}