Notice Information
Notice Title
LIT0736 CrossFit Strength Equipment
Notice Description
The University of Edinburgh will very shortly be going out to tender for the supply, delivery, installation and maintenance of CrossFit Strength Equipment. The initial requirement is specifically for a new CrossFit gym at Peffermill Playing Fields located at 42 Peffermill Rd, Edinburgh. The second phased requirement covered by the tender is at the University's Easter Bush facility, located at Charnock Bradley Building, Bush Farm Road, Roslin. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). This procurement will follow 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 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 SPD (Scotland) 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. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. Stage 2 - Technical 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. Stage 3 - Commercial (Price) shall be 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 and Commercial scores will be added together at the end of the evaluation process to calculate the most economically advantageous tender.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000777678
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP514190
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
37 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
-
- CPV Codes
37400000 - Sports goods and equipment
Notice Value(s)
- Tender Value
- £160,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Sep 20241 years ago
- Submission Deadline
- 25 Sep 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Rosa Mak
- Contact Email
- cmak33@exseed.ed.ac.uk
- Contact Phone
- Not specified
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=SEP514190
LIT0736 CrossFit Strength Equipment - The University of Edinburgh will very shortly be going out to tender for the supply, delivery, installation and maintenance of CrossFit Strength Equipment. The initial requirement is specifically for a new CrossFit gym at Peffermill Playing Fields located at 42 Peffermill Rd, Edinburgh. The second phased requirement covered by the tender is at the University's Easter Bush facility, located at Charnock Bradley Building, Bush Farm Road, Roslin. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). This procurement will follow 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 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-r6ebe6-0000777678-2024-09-13T00:00:00Z",
"date": "2024-09-13T00:00:00Z",
"ocid": "ocds-r6ebe6-0000777678",
"initiationType": "tender",
"parties": [
{
"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": "Rosa Mak",
"email": "cmak33@exseed.ed.ac.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"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-6",
"name": "Edinburgh Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court & Justice of the Peace Court"
},
"address": {
"locality": "Edinburgh"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "University of Edinburgh",
"id": "org-7"
},
"tender": {
"id": "LIT0736",
"title": "LIT0736 CrossFit Strength Equipment",
"description": "The University of Edinburgh will very shortly be going out to tender for the supply, delivery, installation and maintenance of CrossFit Strength Equipment. The initial requirement is specifically for a new CrossFit gym at Peffermill Playing Fields located at 42 Peffermill Rd, Edinburgh. The second phased requirement covered by the tender is at the University's Easter Bush facility, located at Charnock Bradley Building, Bush Farm Road, Roslin. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). This procurement will follow 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 tender in PCS-T.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "37400000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Peffermill Playing Fields, 42 Peffermill Rd, Edinburgh."
},
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 160000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2024-09-25T12:00:00Z"
},
"awardPeriod": {
"startDate": "2024-09-25T12:00:00Z"
},
"documents": [
{
"id": "SEP514190",
"documentType": "contractNotice",
"title": "LIT0736 CrossFit Strength Equipment",
"description": "The University of Edinburgh will very shortly be going out to tender for the supply, delivery, installation and maintenance of CrossFit Strength Equipment. The initial requirement is specifically for a new CrossFit gym at Peffermill Playing Fields located at 42 Peffermill Rd, Edinburgh. The second phased requirement covered by the tender is at the University's Easter Bush facility, located at Charnock Bradley Building, Bush Farm Road, Roslin. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). This procurement will follow 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 tender in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP514190",
"format": "text/html"
}
],
"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 SPD (Scotland) 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. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. Stage 2 - Technical 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. Stage 3 - Commercial (Price) shall be 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 and Commercial scores will be added together at the end of the evaluation process to calculate the most economically advantageous tender.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2024-09-25T12:00:00Z"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "SPD 4B.1.1 Statement - Bidders will be required to have a minimum \"general\" yearly turnover of 320,000 GBP for the last 3 years. 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 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 = 5,000,000 GBP. - Public Liability Insurance = 2,000,000 GBP. SPD 4B.6 Statements SPD 4B.6 Statement 1 (PCG): 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. SPD 4B.6 Statement 2 (Financial Strength): 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": "Supplier must be manufacturer of goods, or an approved distributor.",
"minimum": "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 example hazardous substances spill control)."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "37400000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 56402. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Refer to ITT documentation for information on Community Benefit Requirements. (SC Ref:777678)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000777678"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}