Notice Information
Notice Title
Emergency Standby Generators - Service, Inspect, Test, and Maintain
Notice Description
The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working order of around 50 x standby generators that support essential services at our site. The contract shall include emergency call out cover with a maximum of 4 hrs response. The contract will include an engineer to attend at black starts per building per annum. Although the majority of work will be within UoE standard working hours, the contractor must also attend to out of hours and weekend work when required. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. 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 SPD (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 SPD in PCS-T.
Lot Information
Lot 1
The University of Edinburgh wishes to appoint a single contractor to Service, Inspect, Test and Maintain in a good and safe working order the emergency standby generator plant and associated equipment on the various systems throughout the University of Edinburgh Estate. The Contractor shall undertake service, testing and maintenance tasks in line with the requirements of the SFG 20 schedules and the manufacturer's recommendations. As part of the major service a full load bank test shall be conducted. Minor Services constitute tasks scheduled on the Task Sheets with task frequencies of Quarterly and six monthly. Major Services incorporate these and those defined as annual tasks. The Contractor shall review the list of assets and their associated service and maintenance tasks and provide a programme of work based on the relevant maintenance task schedules to cover all assets for agreement with the University within two weeks of appointment. Equipment shall be properly maintained so as to prevent danger, and shall take account of manufacturers' instructions in accordance with PUWER Regulation 5. The Contractor shall comply with all relevant statutory instructions and regulations. All parts and components shall be sourced from the plant or equipment original manufacturer. Any defective routine consumables, parts or components supplied and or installed under this contract, whilst undertaking the service and maintenance tasks shall be replaced at no cost to the University. Maintain appropriate stocks of spare parts for all the types of equipment (i.e. manufacturer sourced spare parts on a like for like replacement basis) consistent with achieving the equipment service availability. The Contractor shall support the Estate's Electrical Engineer in the undertaking of a Black Start exercise, through the provision of attendance of engineer(s) to assist and monitor the exercise. Black Starts shall be programmed separately to the Minor and Major Servicing of the Power Generators. The Contractor shall be able to supply temporary generators of various output capacities for delivery and connection on site within a period of 24 hours of notification. Provision of the temporary generator is to include a fuel tank / day tank of adequate size to run the generator at full load for a period of 24 hours. During the Contract Term, the Contractor shall provide a Reactive Works call-out service to the University. Reactive Works refers to repairs that are done when equipment has already broken down, in order to restore the equipment to its normal operating condition. The Contractor shall respond to Reactive Works call outs within a period of 4 hours. All activities which install, remove, refurbish, maintain, mothball, put in service or remove assets from service will be required to undertake Asset Data Management duties. Through this service contract appointment the Contractor shall maintain an accurate database of their own and record asset information from maintenance visits. This database shall be aligned to the UoE Asset Management Guideline (AMG). The Contractor shall ensure all equipment they test and maintain has a UoE asset tag. If there is no asset tag they shall tag the asset in line with the AMG and fulfil the New Project leg of the Asset Data Management flow chart. During the course of the Contract, the Contractor shall submit quarterly progress reports to the University Building Services Group. During the course of the contract performance review meetings shall be held periodically with senior members of the Contractor and University Estates Building Services Engineer. The meetings shall be held monthly for the first three months and quarterly thereafter. For full details of service contract requirement the bidder is instructed to read Schedule 3 Statement of Requirement- Brief v6 contained within the tender.. 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
Renewal: Contract Term- The proposed contract period is an initial 2 year contract with an option to extend for a further 1+1 year to 2025.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000644209
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427723
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £180,000 £100K-£500K
Notice Dates
- Publication Date
- 17 Sep 20214 years ago
- Submission Deadline
- 22 Apr 2021Expired
- Future Notice Date
- 22 Mar 2021Expired
- Award Date
- 24 Aug 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 12 months prior to contract expiry
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
- John Kenmure, Maria Dick
- Contact Email
- j.kenmure@ed.ac.uk, maria.dick@ed.ac.uk
- Contact Phone
- +44 1316502508, +44 1316504776
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=FEB406625
Emergency Standby Generators - Service, Inspect, Test, and Maintain - The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working order of around 50 x standby generators that support essential services at our site. The contract shall include emergency call out cover with a maximum of 4 hrs response. The contract will include an engineer to attend at black starts per building per annum. Although the majority of work will be within UoE standard working hours, the contractor must also attend to out of hours and weekend work when required. This will ensure that the equipment is maintained to the highest standard, reducing unscheduled downtime, improving reliability and reducing energy consumption, running costs and delivering optimum performance from the equipment. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409940
Emergency Standby Generators - Service, Inspect, Test, and Maintain - The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working order of around 50 x standby generators that support essential services at our site. The contract shall include emergency call out cover with a maximum of 4 hrs response. The contract will include an engineer to attend at black starts per building per annum. Although the majority of work will be within UoE standard working hours, the contractor must also attend to out of hours and weekend work when required. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. 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 SPD (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 SPD in PCS-T. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427723
Emergency Standby Generators - Service, Inspect, Test, and Maintain - The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working order of around 50 x standby generators that support essential services at our site. The contract shall include emergency call out cover with a maximum of 4 hrs response. The contract will include an engineer to attend at black starts per building per annum. Although the majority of work will be within UoE standard working hours, the contractor must also attend to out of hours and weekend work when required. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. 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 SPD (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 SPD 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-r6ebe6-0000644209-2021-09-17T00:00:00Z",
"date": "2021-09-17T00:00:00Z",
"ocid": "ocds-r6ebe6-0000644209",
"initiationType": "tender",
"parties": [
{
"id": "org-14",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Maria Dick",
"email": "maria.dick@ed.ac.uk",
"telephone": "+44 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-7",
"name": "University of Edinburgh",
"identifier": {
"legalName": "University of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "John Kenmure",
"email": "j.kenmure@ed.ac.uk",
"telephone": "+44 1316504776",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"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-6",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chamber Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"telephone": "+44 1312252525",
"url": "http://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-130",
"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": "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-132",
"name": "Mitchell Diesel Limited, Trading as Mitchell Powersystems",
"identifier": {
"legalName": "Mitchell Diesel Limited, Trading as Mitchell Powersystems"
},
"address": {
"streetAddress": "Fulwood Road South",
"locality": "Sutton in Ashfield, Nottingham",
"region": "UK",
"postalCode": "NG17 2JZ"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-19",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-130"
},
"planning": {
"documents": [
{
"id": "FEB406625",
"documentType": "plannedProcurementNotice",
"title": "Emergency Standby Generators - Service, Inspect, Test, and Maintain",
"description": "The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working order of around 50 x standby generators that support essential services at our site. The contract shall include emergency call out cover with a maximum of 4 hrs response. The contract will include an engineer to attend at black starts per building per annum. Although the majority of work will be within UoE standard working hours, the contractor must also attend to out of hours and weekend work when required. This will ensure that the equipment is maintained to the highest standard, reducing unscheduled downtime, improving reliability and reducing energy consumption, running costs and delivering optimum performance from the equipment.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB406625",
"format": "text/html"
}
]
},
"tender": {
"id": "EC0937",
"title": "Emergency Standby Generators - Service, Inspect, Test, and Maintain",
"description": "The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working order of around 50 x standby generators that support essential services at our site. The contract shall include emergency call out cover with a maximum of 4 hrs response. The contract will include an engineer to attend at black starts per building per annum. Although the majority of work will be within UoE standard working hours, the contractor must also attend to out of hours and weekend work when required. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. 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 SPD (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 SPD in PCS-T.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "services",
"lots": [
{
"id": "1",
"description": "The University of Edinburgh wishes to appoint a single contractor to Service, Inspect, Test and Maintain in a good and safe working order the emergency standby generator plant and associated equipment on the various systems throughout the University of Edinburgh Estate. The Contractor shall undertake service, testing and maintenance tasks in line with the requirements of the SFG 20 schedules and the manufacturer's recommendations. As part of the major service a full load bank test shall be conducted. Minor Services constitute tasks scheduled on the Task Sheets with task frequencies of Quarterly and six monthly. Major Services incorporate these and those defined as annual tasks. The Contractor shall review the list of assets and their associated service and maintenance tasks and provide a programme of work based on the relevant maintenance task schedules to cover all assets for agreement with the University within two weeks of appointment. Equipment shall be properly maintained so as to prevent danger, and shall take account of manufacturers' instructions in accordance with PUWER Regulation 5. The Contractor shall comply with all relevant statutory instructions and regulations. All parts and components shall be sourced from the plant or equipment original manufacturer. Any defective routine consumables, parts or components supplied and or installed under this contract, whilst undertaking the service and maintenance tasks shall be replaced at no cost to the University. Maintain appropriate stocks of spare parts for all the types of equipment (i.e. manufacturer sourced spare parts on a like for like replacement basis) consistent with achieving the equipment service availability. The Contractor shall support the Estate's Electrical Engineer in the undertaking of a Black Start exercise, through the provision of attendance of engineer(s) to assist and monitor the exercise. Black Starts shall be programmed separately to the Minor and Major Servicing of the Power Generators. The Contractor shall be able to supply temporary generators of various output capacities for delivery and connection on site within a period of 24 hours of notification. Provision of the temporary generator is to include a fuel tank / day tank of adequate size to run the generator at full load for a period of 24 hours. During the Contract Term, the Contractor shall provide a Reactive Works call-out service to the University. Reactive Works refers to repairs that are done when equipment has already broken down, in order to restore the equipment to its normal operating condition. The Contractor shall respond to Reactive Works call outs within a period of 4 hours. All activities which install, remove, refurbish, maintain, mothball, put in service or remove assets from service will be required to undertake Asset Data Management duties. Through this service contract appointment the Contractor shall maintain an accurate database of their own and record asset information from maintenance visits. This database shall be aligned to the UoE Asset Management Guideline (AMG). The Contractor shall ensure all equipment they test and maintain has a UoE asset tag. If there is no asset tag they shall tag the asset in line with the AMG and fulfil the New Project leg of the Asset Data Management flow chart. During the course of the Contract, the Contractor shall submit quarterly progress reports to the University Building Services Group. During the course of the contract performance review meetings shall be held periodically with senior members of the Contractor and University Estates Building Services Engineer. The meetings shall be held monthly for the first three months and quarterly thereafter. For full details of service contract requirement the bidder is instructed to read Schedule 3 Statement of Requirement- Brief v6 contained within the tender.. 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": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Contract Term- The proposed contract period is an initial 2 year contract with an option to extend for a further 1+1 year to 2025."
}
}
],
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"futureNoticeDate": "2021-03-22T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"classification": {
"id": "50000000",
"scheme": "CPV"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-04-22T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-04-22T12:00:00Z"
},
"documents": [
{
"id": "MAR409940",
"documentType": "contractNotice",
"title": "Emergency Standby Generators - Service, Inspect, Test, and Maintain",
"description": "The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working order of around 50 x standby generators that support essential services at our site. The contract shall include emergency call out cover with a maximum of 4 hrs response. The contract will include an engineer to attend at black starts per building per annum. Although the majority of work will be within UoE standard working hours, the contractor must also attend to out of hours and weekend work when required. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. 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 SPD (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 SPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409940",
"format": "text/html"
},
{
"id": "SEP427723",
"documentType": "awardNotice",
"title": "Emergency Standby Generators - Service, Inspect, Test, and Maintain",
"description": "The purpose of this Term Maintenance Contract will be to appoint a single contractor to Service, Inspect, Test, and Maintain in a good and safe working order of around 50 x standby generators that support essential services at our site. The contract shall include emergency call out cover with a maximum of 4 hrs response. The contract will include an engineer to attend at black starts per building per annum. Although the majority of work will be within UoE standard working hours, the contractor must also attend to out of hours and weekend work when required. This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. 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 SPD (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 SPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427723",
"format": "text/html"
}
],
"bidOpening": {
"date": "2021-04-22T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "The bidder is instructed to refer to Service Level Performance Requirements are detailed in Schedule 3, Statement of Requirements - Brief v6"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum general yearly turnover of 260,000 GBP for the last 3 years (excluding VAT). 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 5 million GBP Professional Indemnity Insurance 2 million GBP",
"minimum": "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 4C.1.2 Statement Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice. ESPD 4C.2.1 Statement Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. ESPD 4C.10 Statement Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
"minimum": "SPD 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). SPD 4D.1.1 Statement 1: Quality Management 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. SPD 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. SPD 4D.1.1 Statement 2: Health & 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, 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. SPD 4D.2 Statement: Environmental Management 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 SPD 4D.2.1 Statement: Environmental Management 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": "12 months prior to contract expiry"
}
},
"language": "EN",
"description": "It is anticipated this will be a 4 year contract. Published contract value includes PPM and estimate for remedial and emergency services over a four year period. (SC Ref:667603)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000644209"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000644209"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000644209"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2021/S 000-005623"
}
],
"awards": [
{
"id": "EC0937",
"suppliers": [
{
"id": "org-132",
"name": "Mitchell Diesel Limited, Trading as Mitchell Powersystems"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0937",
"awardID": "EC0937",
"status": "active",
"value": {
"amount": 180000,
"currency": "GBP"
},
"dateSigned": "2021-08-24T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "403",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "404",
"measure": "smeBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "405",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "406",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "407",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
}
]
}
}