Bidders should note that Group, Consortium, or similar bids will be excluded.
Bidders should note that submissions which include Sub-Contractors will be excluded.
(ESPD 4D.1 refers)Quality Management Procedures — The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
OR
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, which 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.
Note — Organisations with fewer than five employees are not required by law to record risk assessments.
(ESPD 4D.2 refers) Health and Safety Procedures — 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, within 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.
OR,
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 of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.
Note — Organisations with fewer than five employees are not required by law to have a documented policy statement.
***Bidders are required to complete the ESPD as well as the ITT.
The evaluation criteria will include emphasis on Quality and Technical capability as well as Price with respective Quality and Price weighting ratios' at 90 %/10 %. The aim of the evaluation is to select the tender(s) which represent(s) the most economically advantageous tender. The Technical Analysis will ensure that Tenderers have met the minimum criteria set down in the Specification and Tender Schedules.
*Pricing: The following scoring system will be used to evaluate tender responses in relation to cost (ITT Schedule 4):
*From all tenders received the lowest sustainable cost will be awarded the maximum score and all other tenders will be ranked against this cost.
*Evaluation of tenders received will be carried out by a member of SRUC Properties and Estate Group and Procurement Management team under the direction of SRUC's Finance Director.
*The pricing element carries a 10 % weighting.
*Tenderers should note the maximum word count for each section, if indicated.
*The Specification is detailed in the Schedule 2 of the ITT.
*Please note that 4 to 6 Suppliers' will be selected to provide this service.
*It should be noted that SRUC reserves the right to vary the selected numbers.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=498041
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:498041)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=498041