Construction Contract Leads
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 4th Apr 2025
Reference | ocds-h6vhtk-04fd08 |
Common Procurement Vocabulary | Rowing boats |
Procurement Method | Open procedure |
Value | £325,000 |
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 4th Apr 2025
Reference | ocds-h6vhtk-04fd08 |
Common Procurement Vocabulary | Rowing boats |
Procurement Method | Open procedure |
Value | £325,000 |
Section I: Contracting authority
I.1) Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
Contact
James Clarke
jclarke5 [at] ed.ac.uk
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
EC1046 University Rowing Fleet
Reference number
EC1046
II.1.2) Main CPV code
- 34522600 - Rowing boats
II.1.3) Type of contract
Supplies
II.1.4) Short description
The University of Edinburgh will very shortly be going out to tender to engage a single supplier for the complete supply, delivery, servicing and repairs of the University's rowing fleet. This Contract shall be in place for a period of 5 years, with no options to extend.
II.1.5) Estimated total value
Value excluding VAT: £325,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 37400000 - Sports goods and equipment
- 37412000 - Water-sports equipment
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Strathclyde Park Water Sports Centre, 366 Hamilton Road, Motherwell, ML1 3ED.
II.2.4) Description of the procurement
The University of Edinburgh has a requirement to establish contracting arrangements for the Supply, Delivery, Servicing and Repairs of the University’s Rowing Fleet.
The University is seeking a single supplier for this requirement. The contract shall be in place for a period of 5 years, with no options to extend.
The University of Edinburgh's performance rowing programme is highly regarded and has achieved significant success in recent years. The Edinburgh University Boat Club (EUBC), established in 1867, is one of the oldest sports clubs at the university and has grown to become one of the leading rowing clubs in Scotland, boasting over 100 active members.
In 2015, EUBC became the first and only programme in Scotland to achieve GB Rowing Team High Performance Programme status. The club has consistently produced athletes who have represented Scotland and Great Britain at various levels, including multiple Olympians such as Dame Katherine Grainger and Dr. Polly Swann.
Our Performance Rowing Programme seeks a market-leading supplier to support the acquisition of state-of-the-art boats, enhancing the University’s fleet. This initiative will enable the recycling of older boats while ensuring our students compete using the most modern and technically advanced equipment available in today’s marketplace.
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 70 percent. Technical 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 your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. Bidders will be required to achieve a minimum score of 50 percent (35 percent after technical weightings are applied) or more of the technical score. Each supplier achieving a score greater or equal to 50 percent will only then progress through to the commercial evaluation.
Stage 3 - Commercial (Price) shall be allocated a total weighting of 30 percent. Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks (30) and others a percentage of that mark according to the difference between their bid and the lowest offer.
Both Technical and Commercial scores will be added together at the end of the evaluation process to calculate the most economically advantageous tender.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
II.2.6) Estimated value
Value excluding VAT: £325,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
SPD 4B.1.1 - Bidders will be required to have a minimum “general” annual turnover of 325,000 GBP for the last 3 financial years.
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 or started trading in question 4B3.
SPD 4B5.1a - 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 4B6 - Statement 1 (Parent Company Guarantee)
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 4B6 - 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.
III.1.3) Technical and professional ability
List and brief description of selection criteria
SPD 4D1 - Statement 1 (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). Please confirm you hold the required accreditation.
If the bidder does not hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), The bidder must have the following:
Equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented items relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above — a policy with set responsibilities, review and improvement procedures, quality management and performance process, workforce training, skills, and information process, monitoring arrangements, bidder quality management arrangements, and a process for managing complaints.
SPD 4D1 - Statement 2 (Health & Safety):
The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS EN ISO 45001 (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.
If the bidder does not hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS ISO 45001 (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, then the bidder must have the following:
Equivalent, regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above – ensuring H&S effectiveness, obtaining H&S advice and assistance, training, skills and information for bidder workforce, workforce H&S qualifications, checking and reviewing H&S performance, involving workforce in planning and implementation, recording accidents/incidents and follow-up actions, ensuring bidder’s suppliers apply H&S appropriate measures, risk assessment, and coordinating with bidder’s suppliers.
Note - Organisations with fewer than five employees are not required by law to have a documented policy statement.
SPD 4D2 - Environmental Management:
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.
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:
Equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent.
These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above – ensuring effectiveness of measures and reducing impacts, workforce training and skills, checking and reviewing, dealing with waste, and ensuring any suppliers the bidder engages apply appropriate environmental protection measures.
Minimum level(s) of standards possibly required
1. Bidders are to confirm if they are the manufacturer or approved distributor of the products proposed in their submission.
2. Bidders are to confirm that they are able to provide boats in all categories currently competed in on the domestic and international competition schedule (Single Scull, Double Scull, Quadruple Scull, Coxless Pair, Coxless Four, Coxed Four and Coxed Eight), including associated accessories.
3. Bidders are to confirm that all boats and products proposed in their tender submission are compliant with the rules of racing as defined by the sports’ governing body (World Rowing).
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed within the Invitation to Tender documents within "Schedule 3 - Statement of Requirements"
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
5 May 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
5 May 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 58853. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Refer to ITT documentation for information on Community Benefit Requirements.
(SC Ref:795342)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court & Justice of the Peace Court
Edinburgh Sheriff Court, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom