Award

Grounds Maintenance and Grounds Works Service

EDINBURGH NAPIER UNIVERSITY

This public procurement record has 2 releases in its history.

Award

21 Jun 2022 at 00:00

Tender

12 Apr 2021 at 00:00

Summary of the contracting process

Edinburgh Napier University has initiated a procurement process titled "Grounds Maintenance and Grounds Works Service" to secure a contractor for summer grounds maintenance services and emergency call-out services across its campuses and student accommodation in Edinburgh. This open tender method is at the award stage, with the contract having been signed on 29 June 2021. The project budget is approximately £220,000, and the tender period concluded on 12 May 2021, with performance requirements and quality accreditations stipulated. Prospective suppliers must demonstrate membership in a safety scheme and compliance with environmental management standards for consideration.

This procurement presents significant opportunities for firms specialising in grounds maintenance and related services, particularly those with experience in educational or public sector contracts. Businesses that are well-versed in ISO certification and hold relevant safety and environmental accreditations would be particularly competitive. Additionally, companies with a history of managing similar scale projects and those having the financial robustness to meet the selection criteria would likely benefit from participating.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Grounds Maintenance and Grounds Works Service

Notice Description

Contractor for Ground Team Maintenance Services which will consist of both Summer grounds services and Emergency Call Out services at detailed locations within the University's Estates portfolio at both Campuses and Student Accommodation Residential sites

Lot Information

Lot 1

Contractor for Ground Team Maintenance Services which will consist of both Summer grounds services and Emergency Call Out services at detailed locations within the University's Estates portfolio at both Campuses and Student Accommodation Residential sites

Renewal: up to 12 months

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000647806
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN451850
Current Stage
Award
All Stages
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
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services


CPV Codes

77314000 - Grounds maintenance services

Notice Value(s)

Tender Value
£220,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Jun 20223 years ago
Submission Deadline
12 May 2021Expired
Future Notice Date
Not specified
Award Date
29 Jun 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
March 2024

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
EDINBURGH NAPIER UNIVERSITY
Contact Name
Procurement
Contact Email
lmuir2@napier.ac.uk, procurement@napier.ac.uk
Contact Phone
+44 3339006040

Buyer Location

Locality
EDINBURGH
Postcode
EH11 4BN
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
Sighthill/Gorgie
Westminster Constituency
Edinburgh South West

Supplier Information

Number of Suppliers
1
Supplier Name

GLENDALE GROUNDS MANAGEMENT

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000647806-2022-06-21T00:00:00Z",
    "date": "2022-06-21T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000647806",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-78",
            "name": "Edinburgh Napier University",
            "identifier": {
                "legalName": "Edinburgh Napier University"
            },
            "address": {
                "streetAddress": "Sighthill Campus, 9 Sighthill Court",
                "locality": "EDINBURGH",
                "region": "UKM75",
                "postalCode": "EH11 4BN"
            },
            "contactPoint": {
                "name": "Procurement",
                "email": "procurement@napier.ac.uk",
                "telephone": "+44 3339006040",
                "url": "https://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.napier.ac.uk"
            }
        },
        {
            "id": "org-12",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street,",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-70",
            "name": "Edinburgh Napier University",
            "identifier": {
                "legalName": "Edinburgh Napier University"
            },
            "address": {
                "streetAddress": "Sighthill Campus, 9 Sighthill Court",
                "locality": "EDINBURGH",
                "region": "UKM75",
                "postalCode": "EH11 4BN"
            },
            "contactPoint": {
                "email": "LMuir2@napier.ac.uk",
                "telephone": "+44 3339006040",
                "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.napier.ac.uk"
            }
        },
        {
            "id": "org-34",
            "name": "Glendale Grounds Management Ltd",
            "identifier": {
                "legalName": "Glendale Grounds Management Ltd"
            },
            "address": {
                "streetAddress": "Unit 3, West Craigs Industrial Estate, Turnhouse Road",
                "locality": "Edinburgh",
                "region": "UKD45",
                "postalCode": "EH12 0BD"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-39",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "email": "edinburgh@scotcourts.gov.uk",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Edinburgh Napier University",
        "id": "org-70"
    },
    "tender": {
        "id": "ENU-2021-0136-00",
        "title": "Grounds Maintenance and Grounds Works Service",
        "description": "Contractor for Ground Team Maintenance Services which will consist of both Summer grounds services and Emergency Call Out services at detailed locations within the University's Estates portfolio at both Campuses and Student Accommodation Residential sites",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "77314000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 220000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-05-12T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-05-12T13:00:00Z"
        },
        "documents": [
            {
                "id": "APR411833",
                "documentType": "contractNotice",
                "title": "Grounds Maintenance and Grounds Works Service",
                "description": "Contractor for Ground Team Maintenance Services which will consist of both Summer grounds services and Emergency Call Out services at detailed locations within the University's Estates portfolio at both Campuses and Student Accommodation Residential sites",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR411833",
                "format": "text/html"
            },
            {
                "id": "JUN451850",
                "documentType": "awardNotice",
                "title": "Grounds Maintenance and Grounds Works Service",
                "description": "Contractor for Ground Team Maintenance Services which will consist of both Summer grounds services and Emergency Call Out services at detailed locations within the University's Estates portfolio at both Campuses and Student Accommodation Residential sites",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN451850",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Contractor for Ground Team Maintenance Services which will consist of both Summer grounds services and Emergency Call Out services at detailed locations within the University's Estates portfolio at both Campuses and Student Accommodation Residential sites",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Operational :Resource and Structure",
                            "description": "4"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "up to 12 months"
                }
            }
        ],
        "bidOpening": {
            "date": "2021-05-12T13:00:00Z",
            "address": {
                "streetAddress": "PCS-Tenders"
            }
        },
        "contractTerms": {
            "performanceTerms": "See Tender documents and appendixes"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Tenderers will be required to have a minimum \"specific\" yearly turnover of 80,000 GBP for each of the last 2 years in the business area covered by the Contract The Tenderer(s), if requested, will be required to provide 2 years audited accounts, or equivalent prior to the award of Contract. Insurance: Employer's (Compulsory) Liability Insurance: GBP 5 Million. Insurance - Public and Product Indemnity Insurance cover of: GBP 5 Million."
                },
                {
                    "type": "technical",
                    "description": "Quality Assurance 4D1.1 Quality Management In PCS-T Qualification Envelope: Mandatory Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 9001(or equivalent) If bidder does not hold UKAS (or equivalent) accredited independent 3rd party certificate of compliance with BS EN ISO 9001 (or equivalent), then Tenderer must have the following: a) A documented policy to be provided regarding Quality Management, which must set out responsibilities for Quality Management demonstrating that the Tenderer has and continues to implement a Quality Management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. Policy must be relevant to the nature and scale of the work to be undertaken. Scoring Methodology for this question 4.D.1.1 (Quality Management) is as follows: Pass = The Tenderer has confirmed and provided evidence that UKAS (or equivalent)accredited independent third party certificate of compliance with BS EN ISO 9001(or equivalent) or provided evidence on a documented policy which sets out responsibilities for Quality Management demonstrating that the Tenderer has and continues to implement a Quality Management policy that is authorised by their Chief Executive, or an equivalent is in place and provided evidence that it is periodically reviewed at a senior management level and is relevant to the nature and scale of the works . Fail= The Tenderer does not confirm that a Quality Management system is in place in line with statement on 4D.1.1 or that no evidence has been provided by the Tenderer or the evidence provided by the Tenderer is not robust and detailed enough to meet with the Authority's Quality Management requirements as per statement on 4D.1.1.Mandatory : Specific example required for Grounds Maintenance and Works service Please provide relevant examples of two similar Grounds Maintenance and Works service contracts that have covered the same Grounds Maintenance and Works service requirements as detailed in the ITT Document Section 2 carried out in the past three years. Details should include (but not be limited to): The value for each of the two contracts(s) carried out. The scope of the Grounds Maintenance and Works requirements for these two contracts The organisations that the two contracts were carried out on behalf of Reference contacts at these organisations The term of contract (for each of the two Contracts) Note this question (4C.1) will be evaluated as follows: Pass: Response provided is relevant and detailed. The response is sufficiently detailed to demonstrate a good understanding and provides details of two contracts that have covered similar Grounds Maintenance and Works service requirements as detailed in the ITT. Fail: Nil or an inadequate response. The response fails to demonstrate an ability to meet the requirement. Note The University reserves the right to contact reference contact points for each example provided in order to verify the validity of the response."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "77314000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "March 2024"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Safety Accreditation: Mandatory: Question Number Part 4C.6 In PCS-T Qualification Envelope: Mandatory Tenderers wishing to be considered for this Tender exercise must have in place membership of a Safety Scheme such as CHAS or SafeContractor or certification in accordance with ISO 18001 or an equivalent accreditation. Tenderers should confirm in their response that they have membership of Safety Scheme or certification in accordance with ISO 18001 or an equivalent accreditation and provide details of certification of Safety Scheme, or other certification in accordance with ISO18001. If there is an equivalent accreditation being proposed by the Tenderer then details and evidence should be provided showing that it is a detailed and robust equivalent accreditation. Scoring Methodology for this question is as follows: Pass = The Tenderer has confirmed that a Safety Scheme or certification in accordance ISO18001 is in place and provided evidence. Where an equivalent accreditation is being proposed by the Tenderer, they have provided evidence to show that it the accreditation is both detailed and robust. Fail= The Tenderer does not confirm that a Safety Scheme or certification in accordance ISO18001 or an equivalent accreditation is in place or no evidence has been provided by the Tenderer or the evidence provided by the Tenderer does not provided sufficient evidence to show that the Safety/Scheme/Accreditation is robust and detailed enough to meet with the University's Safety requirements. 8 Environmental Management Systems Question no 4D.2: Tenderers wishing to be considered for this project must have in place 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, or a detailed internal process that is documented and evaluated on a regular basis that addresses and provided evidence that that a robust internal organisational Environmental Management System is in place. Please ensure that you attach a copy of your certificates or other supporting information regarding an Environmental Management System . 4.D.2 Scoring Methodology for this question (Environmental Management Systems) is as follows: Pass = The Tenderer has confirmed that a place 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 is in place and provided evidence. Where an equivalent accreditation is being proposed by the Tenderer, they have provided evidence to show that it the accreditation is both detailed and robust. Where the Tenderer an internal organisational Environmental Management System is being proposed by Tenderer, the evidence provided shows that a well-documented , robust Environmental Management System is in place. Fail= The Tenderer does not confirm that UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate is in place or no evidence has been provided by the Tenderer or the evidence provided by the Tenderer does not provided sufficient evidence to show that a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) is in place or where an internal organisational Environmental Management System is being proposed by Tenderer, the evidence provided is not robust and detailed enough to meet with the University's Environment Management System requirements (SC Ref:697772)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000647806"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000647806"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ENU-2021-0136-00",
            "suppliers": [
                {
                    "id": "org-34",
                    "name": "Glendale Grounds Management Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ENU-2021-0136-00",
            "awardID": "ENU-2021-0136-00",
            "status": "active",
            "dateSigned": "2021-06-29T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2021/S 000-007517"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "390",
                "measure": "lowestValidBidValue",
                "value": 78837.49
            },
            {
                "id": "391",
                "measure": "highestValidBidValue",
                "value": 321101.35
            },
            {
                "id": "392",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "393",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "394",
                "measure": "foreignBidsFromEU",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "395",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "396",
                "measure": "electronicBids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "397",
                "measure": "lowestValidBidValue",
                "value": 78837,
                "relatedLot": "1"
            },
            {
                "id": "398",
                "measure": "highestValidBidValue",
                "value": 321101,
                "relatedLot": "1"
            }
        ]
    }
}