{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000548015-2018-09-20T00:00:00Z",
    "date": "2018-09-20T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000548015",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-30",
            "name": "University of Strathclyde",
            "identifier": {
                "legalName": "University of Strathclyde"
            },
            "address": {
                "streetAddress": "40 George Street, Procurement Department",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G1 1QE"
            },
            "contactPoint": {
                "email": "kimberley.mcnee@strath.ac.uk",
                "telephone": "+44 1415482823",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.strath.ac.uk/"
            }
        },
        {
            "id": "org-107",
            "name": "University of Strathclyde",
            "identifier": {
                "legalName": "University of Strathclyde"
            },
            "address": {
                "streetAddress": "40 George Street, Procurement Department",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G1 1QE"
            },
            "contactPoint": {
                "email": "kimberley.mcnee@strath.ac.uk",
                "telephone": "+44 1415482823",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.strath.ac.uk/"
            }
        },
        {
            "id": "org-108",
            "name": "Risktec Solutions",
            "identifier": {
                "legalName": "Risktec Solutions"
            },
            "address": {
                "streetAddress": "Regus House, 10 Lochside Place, Edinburgh Park",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH12 9RG"
            },
            "contactPoint": {
                "telephone": "+44 1312010191"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "University of Strathclyde",
        "id": "org-107"
    },
    "tender": {
        "id": "UOS-12077-2018",
        "title": "Radiation Protection and Advice",
        "description": "This procurement is to appoint a supplier to provide the following services; provide competent legal advice to comply with Ionising Radiations Regulations 2017 (IRR17) and Provide refresher, legislative and ad hoc training courses to the relevant staff, post graduate and PhD students.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "University of Strathclyde main campus."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2018-07-20T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-07-20T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN323310",
                "documentType": "contractNotice",
                "title": "Radiation Protection and Advice",
                "description": "This procurement is to appoint a supplier to provide the following services; provide competent legal advice to comply with Ionising Radiations Regulations 2017 (IRR17) and Provide refresher, legislative and ad hoc training courses to the relevant staff, post graduate and PhD students.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN323310",
                "format": "text/html"
            },
            {
                "id": "SEP331887",
                "documentType": "awardNotice",
                "title": "Radiation Protection and Advice",
                "description": "This procurement is to appoint a supplier to provide the following services; provide competent legal advice to comply with Ionising Radiations Regulations 2017 (IRR17) and Provide refresher, legislative and ad hoc training courses to the relevant staff, post graduate and PhD students.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331887",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "This procurement is to appoint a supplier to provide the following services; -The role of a radiation protection adviser to provide competent legal advice to comply with Ionising Radiations Regulations 2017 (IRR17) http://www.hse.gov.uk/radiation/rpnews/statementrpa.htm. -Provide refresher, legislative and ad hoc training courses to the relevant staff, post graduate and PhD students -Support in relation to aspects of radiation protection and advice with agreed service levels -Delivery of Career Development to University staff with the intent that the role of radiation protection adviser will be held in-house in the future -Best practice and continuous improvement support to the University and the Higher Education sector Tenderers should note the criteria for Part 4C.1.2 Services in the ESPD, contained in the Qualification envelope of PCS-T, also detailed below. 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.",
                "status": "complete",
                "options": {
                    "description": "The University reserves the right to request additional deliveries by the Successful Tenderer either intended as partial replacement of supplies or installations or as the extension of existing supplies or installations. The University may at is sole discretion exercise this option."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2018-07-20T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Please refer to the tender documentation for full details."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "III.1.1 of the notice is not applicable to this procurement exercise."
                },
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing section 4B of the ESPD (Scotland). 4B.2.2 - Bidders will be required to have an average yearly turnover of 200,000 GBP for the last three years. 4B.5.1 - 4B.5.3 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 of insurance indicated below. Employer's (Compulsory) Liability Insurance = 2 million GBP Public Liability Insurance = 2 million GBP Indemnity Insurance = 2 million GBP 4B.6 The Contracting authority also reserves the right to undertake a credit risk rating check on Bidders. Should such checks be deemed appropriate to this procurement, the Contracting Authority shall utilise Dun & Bradstreet (D&B) credit check facility. Bidders must therefore evidence a good credit rating. In this instance, a good rating is defined as a D&B Failure Score of 20 or above. The Contracting Authority recommends that Bidders review their own D&B failure Score in advance of submitting their response. If, following this review Bidders consider that the D&B Failure Score does not reflect their current financial status the Bidder should give an explanation within the submission, together with any relevant supporting independent evidence. The Contracting Authority will review any such information as part of the evaluation of Bidder's financial status. Where the Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their submission in order that the Contracting Authority may assess these to determine the suitability of the Bidder to undertake a contract of this size. Where a consortium response is received, the D&B Failure Score of each consortium member shall be assessed. Where the Bidder intends to sub-contract more than 25% of any Contract value of a single sub-contractor, the Contracting Authority reserves the right to assess each sub contractor. Should the Contracting Authority utilise the right to consider the D&B Failure score, Bidders who fail to achieve a minimum D&B failure score of 20 and above or fail to provide sufficient financial information (as above) to enable the Contracting Authority to undertake a financial assessment of their company may be excluded from this procurement exercise."
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Services Bidders will be required to provide two examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part 11.2.4 of this OJEU Contract Notice. 4C.6 Qualifications Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications. 1. HSE Accreditation Radioactive Protection Advisor RPA 2000 or equivalent - Company or Individual Accredited 2. HSE Accreditation Radioactive Waste Advisor RPA 2000 or equivalent - Company or Individual Accredited 4C.10 Subcontracting Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 150
            }
        },
        "classification": {
            "id": "90721600",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Award against framework: 4D.1 Quality Assurance Schemes The bidder must hold a gold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). Part 3: Exclusions Economic Operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. 4. Sub- contractors - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. ITT Award Criteria The Price/Technical split for the ITT will be 75% Technical/ 25% Commercial. The following scoring mechanism will be applied to the Quality Evaluation. The award criteria questions and weightings will be published in the ITT. The scoring convention for Award Criteria will be as follows: 0 Unacceptable: Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor: Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 Acceptable: Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 Good: Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 Excellent: Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. Technical Questionnaire: Section overall weight = 75% of tender Q1: 35% - Key Personnel Q2: 25% - Training Programme Q3: 20% - Quality of Service Q4: 20% - Emergency Provision The buyer is using PCS-Tender to conduct this tendering exercise. The Project code is 11237. For more information, see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: The Contracting Authority recognises that community benefits are a key component in maximising social, economic and environmental benefits. The achievements and delivery of community benefits can contribute to the University of Strathclyde's Strategic Plan. The Contracting Authority proposes to use a Voluntary Approach to Community Benefits for this requirement; this approach is to encourage the Tenderer to offer Community Benefits post tender. These will not form part of the contractual obligation and will not form part of the considerations at Tender evaluation stage. The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer either intended as partial replacement of supplies or installations or as the extension of existing supplies or installations. The Contracting Authority may at its sole discretion exercise this option. The terms and conditions governing this contract will be the University of Strathclyde's Standard Conditions of Purchase for Goods and Services, and the additional terms of contract at Part 2 of the Invitation to Tender. (SC Ref:558295)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000548015"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000548015"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "UOS-12077-2018",
            "suppliers": [
                {
                    "id": "org-108",
                    "name": "Risktec Solutions"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "UOS-12077-2018",
            "awardID": "UOS-12077-2018",
            "status": "active",
            "value": {
                "amount": 24000,
                "currency": "GBP"
            },
            "dateSigned": "2018-08-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "227",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}