Grounds Maintenance and Grounds Works Service

A Tender Notice
by EDINBURGH NAPIER UNIVERSITY

Source
Find a Tender
Type
Contract (Services)
Duration
35.5 month
Value
£0-£220K
Sector
ENVIRONMENT
Published
12 Apr 2021
Delivery
To 26 Apr 2024 (est.)
Deadline
12 May 2021 11:00

Concepts

Location

Edinburgh

Geochart for 1 buyers and 0 suppliers

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

Renewal Options

up to 12 months

Award Criteria

Operational :Resource and Structure 4
Operational :Equipment 4
Operational :Equipment Maintenance 4
Operational :Processes 4
Operational: Sub-Contracting : 3
Operational : Implementation: 3
Capability/Resource To Emergency Situations : 5
Suppliers Quality Control/Staff Supervision Procedures And Competence: Contract Manager 4
Suppliers Quality Control/Staff Supervision Procedures And Competence: Daily Works Supervisor 4
Suppliers Quality Control/Staff Supervision Procedures And Competence: Quality 4
Health & Safety:Policy and Health & Safety Management Structure 4
Health & Safety/Legislative And Environmental Sustainability Policies/Compliance :Risk Assessments and Method Statements 4
Health & Safety/Legislative And Environmental Sustainability Policies/Compliance: Training 4
Environmental & Sustainability : Biodiversity 4
Environmental & Sustainability: Chemical Management 4
Environmental &Sustainability :Compliance 4
Environmental & Sustainability :Volunteers 4
Environmental & Sustainability: Strategies & Policies 4
Environmental &Sustainability: Waste 4
price 25

CPV Codes

  • 77314000 - Grounds maintenance services

Indicators

  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 182466. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:647806)

Reference

Domains