Notice Information
Notice Title
Maintenance Services for LEV & Fume Cupboards
Notice Description
The University of Edinburgh invited competitive tenders for the provision of inspection, testing and reporting of the University's Fume Cupboard and Local Extract Ventilation systems. This Contract covers the period from April 2024 to April 2026 with the option to extend to a period of 4 years (2 + 1 + 1).
Lot Information
Lot 1 Kings Buildings
Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PCS-T. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the SPD in PCS-T. Bidders should note that these are mandatory pass/fail requirements and that failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then respond to SPD pass/fail questions (4C). Suppliers that pass the SPD questions will then be subject to a technical and commercial evaluation. Bidders will be required to confirm they can meet the requirements and specification detailed within the Statement of Requirements within the Invitation to Tender, Bidders will be required to provide a full product specification. Failure to confirm and demonstrate this in their responses to the technical questions will result in the Bidder being automatically excluded. The University of Edinburgh reserves the right to apply their own judgement based on experience from similar contracts to determine if the response is feasible. If Bidders knowingly cannot fulfill this, they should discontinue this application. A 50% technical threshold will apply - bids will be required to achieve a minimum total overall technical score of 40% or more out of the maximum of 80%. A Bidder who fails to achieve the technical threshold will be excluded from the commercial tender evaluation and shall take no further part in the tender evaluation process. Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks and others a percentage of that mark according to the difference between their bid and the lowest offer. Where we consider any of the total price(s) you have submitted to be abnormally low we will ask you to explain the price(s) you have submitted (as required in regulation 69 of the Public Contracts Regulations 2015). The quality and commercial score will be combined to give each Bidder, who has passed the technical threshold, an overall total score. The supplier with the highest total score will be deemed to have provided the most economical advantageous tender (MEAT). The supplier with the Most Economically Advantageous Tender (MEAT) will be awarded to each Lot however to mitigate any risk to the University, UoE will not appoint the same supplier to both Lot 1 & Lot 2. In the event the same supplier wins both Lot 1 & 2, they will be awarded the geographical zone area which has the highest value attached to it (Lot 1). The second highest scoring supplier within Lot 2 will be awarded Lot 2. Successful contractors will not be allocated more than one lot.
Lot 2 Meds & Vets, Central & Moray House CampusBidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PCS-T. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the SPD in PCS-T. Bidders should note that these are mandatory pass/fail requirements and that failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then respond to SPD pass/fail questions (4C). Suppliers that pass the SPD questions will then be subject to a technical and commercial evaluation. Bidders will be required to confirm they can meet the requirements and specification detailed within the Statement of Requirements within the Invitation to Tender, Bidders will be required to provide a full product specification. Failure to confirm and demonstrate this in their responses to the technical questions will result in the Bidder being automatically excluded. The University of Edinburgh reserves the right to apply their own judgement based on experience from similar contracts to determine if the response is feasible. If Bidders knowingly cannot fulfill this, they should discontinue this application. A 50% technical threshold will apply - bids will be required to achieve a minimum total overall technical score of 40% or more out of the maximum of 80%. A Bidder who fails to achieve the technical threshold will be excluded from the commercial tender evaluation and shall take no further part in the tender evaluation process. Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks and others a percentage of that mark according to the difference between their bid and the lowest offer. Where we consider any of the total price(s) you have submitted to be abnormally low we will ask you to explain the price(s) you have submitted (as required in regulation 69 of the Public Contracts Regulations 2015). The quality and commercial score will be combined to give each Bidder, who has passed the technical threshold, an overall total score. The supplier with the highest total score will be deemed to have provided the most economical advantageous tender (MEAT). The supplier with the Most Economically Advantageous Tender (MEAT) will be awarded to each Lot however to mitigate any risk to the University, UoE will not appoint the same supplier to both Lot 1 & Lot 2. In the event the same supplier wins both Lot 1 & 2, they will be awarded the geographical zone area which has the highest value attached to it (Lot 1). The second highest scoring supplier within Lot 2 will be awarded Lot 2. Successful contractors will not be allocated more than one lot.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000755915
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG511558
- 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
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
50 - Repair and maintenance services
-
- CPV Codes
39141500 - Fume cupboards
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £750,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £600,000 £500K-£1M
Notice Dates
- Publication Date
- 7 Aug 20241 years ago
- Submission Deadline
- 8 Apr 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Jul 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Mark Eardley
- Contact Email
- mark.eardley@ed.ac.uk
- Contact Phone
- +44 1316502508
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=MAR500526
Maintenance Services for LEV & Fume Cupboards - The University of Edinburgh invites competitive tenders for the provision of inspection, testing and reporting of the University's Fume Cupboard and Local Extract Ventilation systems. This Contract covers the period from April 2024 to April 2026 with the option to extend to a period of 4 years (2 + 1 + 1). -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG511558
Maintenance Services for LEV & Fume Cupboards - The University of Edinburgh invited competitive tenders for the provision of inspection, testing and reporting of the University's Fume Cupboard and Local Extract Ventilation systems. This Contract covers the period from April 2024 to April 2026 with the option to extend to a period of 4 years (2 + 1 + 1).
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-r6ebe6-0000755915-2024-08-07T00:00:00Z",
"date": "2024-08-07T00:00:00Z",
"ocid": "ocds-r6ebe6-0000755915",
"initiationType": "tender",
"parties": [
{
"id": "org-108",
"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": "Mark Eardley",
"email": "mark.eardley@ed.ac.uk",
"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": "https://www.ed.ac.uk"
}
},
{
"id": "org-38",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"telephone": "+44 1312252525",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-318",
"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": "mark.eardley@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": "https://www.ed.ac.uk"
}
},
{
"id": "org-478",
"name": "LSS Ltd",
"identifier": {
"legalName": "LSS Ltd"
},
"address": {
"streetAddress": "6/8 Rennie Place, College Milton North",
"locality": "East Kilbride",
"region": "UK",
"postalCode": "G74 5HD"
},
"contactPoint": {
"telephone": "+44 1355270450"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-479",
"name": "H&V Commissioning Services Ltd",
"identifier": {
"legalName": "H&V Commissioning Services Ltd"
},
"address": {
"streetAddress": "Kilknowe Office,, 16 Barrmill Road",
"locality": "Galston",
"region": "UK",
"postalCode": "KA4 8HH"
},
"contactPoint": {
"telephone": "+44 1563821991"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-280",
"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-318"
},
"tender": {
"id": "EC01012",
"title": "Maintenance Services for LEV & Fume Cupboards",
"description": "The University of Edinburgh invited competitive tenders for the provision of inspection, testing and reporting of the University's Fume Cupboard and Local Extract Ventilation systems. This Contract covers the period from April 2024 to April 2026 with the option to extend to a period of 4 years (2 + 1 + 1).",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "39141500",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "University of Edinburgh"
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "39141500",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "University of Edinburgh"
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 750000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2024-04-08T12:00:00Z"
},
"awardPeriod": {
"startDate": "2024-04-08T12:00:00Z"
},
"documents": [
{
"id": "MAR500526",
"documentType": "contractNotice",
"title": "Maintenance Services for LEV & Fume Cupboards",
"description": "The University of Edinburgh invites competitive tenders for the provision of inspection, testing and reporting of the University's Fume Cupboard and Local Extract Ventilation systems. This Contract covers the period from April 2024 to April 2026 with the option to extend to a period of 4 years (2 + 1 + 1).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR500526",
"format": "text/html"
},
{
"id": "AUG511558",
"documentType": "awardNotice",
"title": "Maintenance Services for LEV & Fume Cupboards",
"description": "The University of Edinburgh invited competitive tenders for the provision of inspection, testing and reporting of the University's Fume Cupboard and Local Extract Ventilation systems. This Contract covers the period from April 2024 to April 2026 with the option to extend to a period of 4 years (2 + 1 + 1).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG511558",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Lot 1 Kings Buildings",
"description": "Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PCS-T. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the SPD in PCS-T. Bidders should note that these are mandatory pass/fail requirements and that failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then respond to SPD pass/fail questions (4C). Suppliers that pass the SPD questions will then be subject to a technical and commercial evaluation. Bidders will be required to confirm they can meet the requirements and specification detailed within the Statement of Requirements within the Invitation to Tender, Bidders will be required to provide a full product specification. Failure to confirm and demonstrate this in their responses to the technical questions will result in the Bidder being automatically excluded. The University of Edinburgh reserves the right to apply their own judgement based on experience from similar contracts to determine if the response is feasible. If Bidders knowingly cannot fulfill this, they should discontinue this application. A 50% technical threshold will apply - bids will be required to achieve a minimum total overall technical score of 40% or more out of the maximum of 80%. A Bidder who fails to achieve the technical threshold will be excluded from the commercial tender evaluation and shall take no further part in the tender evaluation process. Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks and others a percentage of that mark according to the difference between their bid and the lowest offer. Where we consider any of the total price(s) you have submitted to be abnormally low we will ask you to explain the price(s) you have submitted (as required in regulation 69 of the Public Contracts Regulations 2015). The quality and commercial score will be combined to give each Bidder, who has passed the technical threshold, an overall total score. The supplier with the highest total score will be deemed to have provided the most economical advantageous tender (MEAT). The supplier with the Most Economically Advantageous Tender (MEAT) will be awarded to each Lot however to mitigate any risk to the University, UoE will not appoint the same supplier to both Lot 1 & Lot 2. In the event the same supplier wins both Lot 1 & 2, they will be awarded the geographical zone area which has the highest value attached to it (Lot 1). The second highest scoring supplier within Lot 2 will be awarded Lot 2. Successful contractors will not be allocated more than one lot.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "2",
"title": "Lot 2 Meds & Vets, Central & Moray House Campus",
"description": "Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PCS-T. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the SPD in PCS-T. Bidders should note that these are mandatory pass/fail requirements and that failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then respond to SPD pass/fail questions (4C). Suppliers that pass the SPD questions will then be subject to a technical and commercial evaluation. Bidders will be required to confirm they can meet the requirements and specification detailed within the Statement of Requirements within the Invitation to Tender, Bidders will be required to provide a full product specification. Failure to confirm and demonstrate this in their responses to the technical questions will result in the Bidder being automatically excluded. The University of Edinburgh reserves the right to apply their own judgement based on experience from similar contracts to determine if the response is feasible. If Bidders knowingly cannot fulfill this, they should discontinue this application. A 50% technical threshold will apply - bids will be required to achieve a minimum total overall technical score of 40% or more out of the maximum of 80%. A Bidder who fails to achieve the technical threshold will be excluded from the commercial tender evaluation and shall take no further part in the tender evaluation process. Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks and others a percentage of that mark according to the difference between their bid and the lowest offer. Where we consider any of the total price(s) you have submitted to be abnormally low we will ask you to explain the price(s) you have submitted (as required in regulation 69 of the Public Contracts Regulations 2015). The quality and commercial score will be combined to give each Bidder, who has passed the technical threshold, an overall total score. The supplier with the highest total score will be deemed to have provided the most economical advantageous tender (MEAT). The supplier with the Most Economically Advantageous Tender (MEAT) will be awarded to each Lot however to mitigate any risk to the University, UoE will not appoint the same supplier to both Lot 1 & Lot 2. In the event the same supplier wins both Lot 1 & 2, they will be awarded the geographical zone area which has the highest value attached to it (Lot 1). The second highest scoring supplier within Lot 2 will be awarded Lot 2. Successful contractors will not be allocated more than one lot.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647,
"maximumLotsAwardedPerSupplier": 1
},
"bidOpening": {
"date": "2024-04-08T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Service Requirement - Minimum Requirements Satisfactory completion of the Single Procurement Document (SPD) located in the Qualification Questionnaire of PCS-T. Acceptance of the University's standard terms and conditions relating to the purchase of goods and services. Acceptance of the University's technical standards. Both Account Manager & Engineers available for an emergency callout on site at the University of Edinburgh Estate within 4 hours."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Health and Safety at Work Act 1974 Control of Substances Hazardous to Health Regulations (COSHH) 2002 Management of Health and Safety at Work Regulations 1999 Construction (Design and Management) Regulations 2015 HSE ACDP Management and operation of microbiological containment laboratories (https://www.hse.gov.uk/biosafety/management-containment-labs.pdf). BS 5726 2005 Microbiological safety cabinets - Installation, siting and use (BSOL database). BS EN 12469 2000 Microbiological safety cabinets - Performance criteria (BSOL database). Other relevant British Standards (eg HEPA filter testing) and sector specialist standards and guidance etc (eg CIBSE, BOHS, ILEVE, IMechE etc). Home Office Codes of Practice, BS-EN 14175 Parts 1-7 Fume Cupboards 2003/2012 HSG258: Controlling airborne contaminants at work - A guide to local exhaust ventilation (LEV) Provision and Use of Work Equipment Regulations (PUWER) 1998 Electricity at Work Regulations 1989"
},
{
"type": "economic",
"description": "List and brief description of selection criteria: SPD 4B.1.1 Statement - Bidders will be required to have a minimum \"general\" yearly turnover of 250,000 GBP for the last 3 years for Lot 1 and 120,000 GBP for Lot 2. SPD 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. SPD 4B.5.1a and 4B.5.1b 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 Liability Insurance = 10,000,000 GBP Professional Risk Indemnity Insurance = 5,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf SPD 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": "Minimum level(s) of standards required: SPD 4D.1 1st Statement 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 2nd Statement 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. SPD 4D1.1 1st Statement 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: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder 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. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. SPD 4D1.1 2nd Statement 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: A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company's responsibilities of H&S management and compliance with legislation. NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement. SPD 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 SPD 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: A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for examplehazardous substances spill control)."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "50000000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "NOTE: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in ESPD section 3D). Without prejudice to any relevant obligations, suppliers should note that this includes obligations for certain organisations under: -the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN) - the Equality Act 2010, in regards to the protected characteristics of age, disability, gender reassignment, marriage and civil partnership, pregnancy and maternity, race, religion or belief, sex and sexual orientation (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. (SC Ref:774104)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000755915"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000755915"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC01012-1",
"title": "Lot 1 Kings Buildings",
"suppliers": [
{
"id": "org-478",
"name": "LSS Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "EC01012-2",
"title": "Lot 2 Meds & Vets, Central & Moray House Campus",
"suppliers": [
{
"id": "org-479",
"name": "H&V Commissioning Services Ltd"
}
],
"relatedLots": [
"2"
]
}
],
"contracts": [
{
"id": "EC01012-1",
"awardID": "EC01012-1",
"title": "Lot 1 Kings Buildings",
"status": "active",
"value": {
"amount": 400000,
"currency": "GBP"
},
"dateSigned": "2024-07-02T00:00:00Z"
},
{
"id": "EC01012-2",
"awardID": "EC01012-2",
"title": "Lot 2 Meds & Vets, Central & Moray House Campus",
"status": "active",
"value": {
"amount": 200000,
"currency": "GBP"
},
"dateSigned": "2024-07-02T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2024/S 000-007573"
}
],
"bids": {
"statistics": [
{
"id": "709",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "710",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "711",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "712",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "1"
},
{
"id": "713",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "714",
"measure": "bids",
"value": 2,
"relatedLot": "2"
},
{
"id": "715",
"measure": "smeBids",
"value": 0,
"relatedLot": "2"
},
{
"id": "716",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "717",
"measure": "foreignBidsFromNonEU",
"value": 2,
"relatedLot": "2"
},
{
"id": "718",
"measure": "electronicBids",
"value": 2,
"relatedLot": "2"
}
]
}
}